HomeMy WebLinkAboutResolution - 4623 - Contract - Big D Lining Systems Company - Flexible Memebrane Liner, Etc. - 10_13_1994Resolution No. 4623
October 13, 1994
Item #21
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to
execute for and on behalf of the City of Lubbock a Contract and all related documents by and
between the City of Lubbock and Big D Lining Systems Company of Midland, Texas to
furnish and install all materials as bid for the Flexible Membrane Liner and Leachate
Collection System for the City of Lubbock, which contract is attached hereto, which shall be
spread upon the minutes of the Council and as spread upon the minutes of this Council shall
constitute and be a part of this Resolution as if fully copied herein in detail.
Passed by the City Council this 13th day of October 1994.
ATTEST:
Betty X4.Iohnson, Secretary
APPROVED AS TO CONTENT:
UA
Victor KilAiA Purchasing Manager
AS TO
Assistant City Attorney
nGV:4JVC \Big-D.Res
October 4, 1994
4613
CITY OF LUBBOCK
SPECIFICATIONS FOR
FLEXIBLE MEMBRANE LINER AND LEACHATE
COLLECTION SYSTEM
BID #13034
0 1-
✓� 6p o0§�ll - 20
CITY OF LUBBOCK
Lubbock, Texas
PARKIIILL, SMITH & COOPER, INC.
ENGINEERS I ARCHITECTS I PLANNERS
a 4010 AVENUE R, LUBBOCK, TEXAS 79412
(806) 747-0161 0 FAX (806) 747-7146
ADDENDUM NO. 1: September 21,1994
RE: City of Lubbock Municipal Solid Waste Landfill
Flexible Membrane Liner and Leachate Collection System
BID: #13034
TO: All Prospective Bidders/Plan Holders
�., This Addendum forms a part of and shall be attached to the Contract Documents and modifies the original Bid
#13034 as noted below
Acknowledge receipt of this Addendum in the space provided on Page l of this Addendum.
r
This Addendum Consists of 7 pages and Idrawings.
GENERAL:
The borrow area for the protective soil cover material is located immediately west of the site.
BID PROPOSAL:
The bid proposal has been revised to reflect a unit price bid. There is a base bid and two additive alternates.
Bidders must also provide a total separated cost for materials and services. The proposal is attached to this
addendum and must be used.
r
SPECIFICATIONS :
1. Section 01010, SUMMARY OF WORK.
A. PART 1 GENERAL, 1.3 WORK COVERED BY CONTRACT DOCUMENTS. The quantities
noted in this section have been revised. The revised quantities are included in the attached
I proposal. Use the proposal quantities in preparing the bid.
4
B. PART 1 GENERAL, add the following paragraph:
f 1.6 OWNER PROVIDED MATERIAL
The owner has left over material from a previous project that may be reused on this
project. The left over materials consist of approximately 15,000 square feet of
geocomposite material and 12-oz geotextile fabric. The geocomposite material is a
2687 - ADDENDUM NO. 1
C Bid #13034
Page 1 of 7
7
geotextile heat bonded to one side of the geonet. The geonet is a Tensar DC 4105
material made by The Tensar Corporation. The 12-oz geotextile is Polyfelt TS 800, made
by Polyfelt Americas.
The geocomposite material will be used on the north side slope only, and will be placed
on top of a layer of 6-oz geotextile. The 6-oz geotextile will be supplied under this
contract by the contractor.
The 12-oz geotextile will be used on the bottom as the geotextile cushion, immediately
on top of the 60 mil HDPE smooth liner in the far south west comer of the bottom. The
12-oz geotextile cushion material is in two panels, approximately 75-feet by 100-feet in
size. All that is required is to either overlap or sew the edges of the owner provided
material together and with the material provided under this contract.
DRAWINGS:
1. SHEET 2 OF 5, LAYOUT CONTROL SHEET , attached.
• Revised layout coordinates on the east side slope.
Included area for owner provided geocomposite and geotextile cushion.
2. SHEET 4 OF 5, MISCELLANEOUS DETAILS , attached.
• Detail 5, Anchor Trench Detail. Revised anchor trench detail to include a five foot distance
between the top of the slope and the anchor trench.
• Detail 6, Wall Detail. Delete reference to the 12-oz geotextile cushion.
3. SHEET 5 OF 5, MISCELLANEOUS DETAILS , attached.
• Detail 7, Exist. Liner Tie -In Detail. Revised end of anchor trench, and deleted reference to 12-
oz geotextile.
ACKNOWLEDGED
BY:
PARKHILL, SMITH & COOPER, INC.
BY:
Robert14. (Holly) older, P.E.
2687 - ADDENDUM NO. 1
Bid #13034
Page 2 of 7
MAILED TO VENDOR September 20,1994
CLOSE DATE: September 281994 @ 2:00 PAL
BID # 13034 - FLEXIBLE MEMBRANE LINER & LEACHATE COLLECTION SYSTEM
ADDENDUM # 1
Please modify or amend Contract Documents as per the attached sheets:
1). Please find enclosed a new Unit Cost Bid Proposal form to be used for your bid submittal.
Please make certain that all pages of the bid have an authorized signature.
All requests for additional information or clarification concerning this bid should be submitted in writing
and directed to Dolores E. Chavarria, Buyer.
THANK YOU,
Dolores E. Chavarria
Buyer
PLEASE RETURN ONE COPY WITH YOUR BID
Page 3 of 7
BID PROPOSAL
BID FOR UNIT PRICE
PLACE:
DATE:
PROJECT NO: 13034 - FLEXIBLE MEMBRANE LINER & LEACHATE COLLECTION SYSTEM
r Proposal of (hereinafter called "Bidder")
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called "Owner")
Gentlemen:
The Bidder in compliance with your invitation for bids for FLEXIBLE MEMBRANE LINER & LEACHATE
COLLECTION SYSTEM having carefully examined the plans, specifications, instructions to bidders, notice to
bidders and all other related contract documents and the site of the proposed work, and being familiar with all of
the conditions surrounding the construction of the proposed project including the availability of materials and
labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with
r the plans, specifications and contract documents, within the time set forth therein and at the prices stated in
Exhibit "A".
.. The Bidder binds himself on acceptance of his proposal to execute a contract and any required bonds, according to
the accompanying forms, for performing and completing the said work within the time stated and for the prices
stated in Exhibit "A" of this proposal.
r Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 45 (Forty-five) calendar days thereafter
as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay the owner as
!� liquidated damages the sum of $200.00 (Two Hundred Dollars) for each calendar day in excess of the time set
forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with of the
General Instructions to Bidder.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications, and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
Page 4 of 7
s
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent
(5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all
necessary bonds (if required) within 10 days after notice of award of the contract to him.
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum of Dollars ($�_),
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required
bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of
said proposal; otherwise said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
701
Contractor
Page 5 of 7
I
EXHIBIT A
City of Lubbock
r Bid #13034
UNIT COST
PROPOSAL FORM
Bid Item Quantily Description
3ase Bid - Contractor Provided/Installed Material
1.
128,000 SF
60-mil HDPE smooth
2.
47,040 SF
60-mil HDPE textured
3.
4,330 CY
12-inch Gravel Drainage Layer
4.
560 LF
6-inch HDPE Pipe
5.
12,900 SY
1-foot thick protective soil cover
6.
5,000 SY
2-foot thick protective soil cover
Unit Price, Total
�—/SF)
($ •��
—/SF)
($ •��
G�—/CY)
($ • —J
—/LF)
($ •��
(--/SY)
($ •.—�i
,(_—/SY)
($ •—.�
Subtotal Base Bid (Items 1-6) ($
Base Bid Materials' ($ .�
Base Bid Services' ($ .�
r- Additive Alternate No 1 - Contractor Provided/Installed Material
7. 115,700 SF 12 oz Geotextile Cushion �/SF) ($
•- 8. 42,800 SF Geocomposite Drainage Layer (_ _/SF) ($
9. 117,400 SF 6 oz. Geotextile (____/SF) ($ .�
Total Additive Alternate No. 1 (Items 7-9) ($
Additive Alternate No. 1 Materials' ($
Additive Alternate No. 1 Services' ($
'Total Base or Additive Alternate Bid must equal the sum of Materials and Services
�., Page 6 of 7
Bid Item Quantity Description Unit Price Total
Additive Alternate No. 2 - Owner Provided Material and Contractor Provided/Installed Material
10.
100,700 SF
12 oz. Geotextile Cushion. L_/SF)
($
11.
15,000 SF
Installation only of Owner Provided 2 (_/SF)
($
oz. Geotextile Cushion
12.
27,800 SF
Geocomposite Drainage Layer
-,
/SF)
($
13.
15,000 SF
Installation Only of Owner Provided
Geocomposite Drainage Layer jSF)
_
($
14.
132,400 SF
6 oz. Geotextile L_/SF)
($
Total Additive Alternate No. 2 (Items 10-14)
Additive Alternate No. 2 Materials'
($
Additive Alternate No. 2 Services
'Total Base or
Additive Alternate Bid must equal the sum of Materials and Services
AUTHORIZED SIGNATURE
Page 7 of 7
r
r
CITY OF LUBBOCK
REQUEST FOR BIDS
FOR
TITLE: FLEXIBLE MEMBRANE LINER AND LEACHATE COLLECTION SYSTEM
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 13034
PROJECT NUMBER: 9977.8302
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
INDEX
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID PROPOSAL - BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
SPECIAL CONDITIONS
NOTICE OF ACCEPTANCE
NOTICE TO BIDDERS
r16
010
NOTICE TO BIDDERS
BID #13034
Sealed bids addressed to Dolores Chavarria, Buyer, City of Lubbock, Texas, will be received at the office of the Purchasing
Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 28th day of
September,1994, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform
all work for the construction of the following described project:
FLEXIBLE MEMBRANE LINER AND LEACHATE COLLECTION SYSTEM
After the expiration of the time and date above first written, said sealed bids will be opened by the Buyer at his office and
publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of Purchasing Manager for the City of
Lubbock, prior to the expiration of the date above first written.
�— The City of Lubbock will consider the bids on the 13th day of October,1994. at the Municipal Building, 1625 13th Street,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any
formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article
5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds
525,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior• as the rating of the
bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not
exceed 525,000.00 the said statutory bonds will not be required
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check
issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to
the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder
will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions
under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and
considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be examined at the office of Parkhill Smith & Cooper
Inc Engineers Architects Planners, 4010 Avenue R, Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the
contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to
in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the
requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
*- heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement,
minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will
not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. —
Therewill be a pre -bid conference on 21st day of September , 1994, at 10:00 o'clock a.m., in the Purchasing Conference
Room L-04, 1625 13th Street, Lubbock, Texas.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid
openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible
format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.)
or 1625 13th Street Room L-04 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK _
DOLORES CHAVARRIA —
BUYER
ADVERTISEMENT FOR BIDS
BID # 13034
Sealed bids addressed to Dolores Chavarria, Buyer, Purchasing Department, City of Lubbock, Texas, will be received at the
` Purchasing Office, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock a.m. on the
28th day of September,1994, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials
and perform all work for the construction of the following described project:
P"
FLEXIBLE MEMBRANE LINER AND LEACHATE COLLECTION SYSTEM
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Buyer and
publicly read aloud.
The plans, specifications, bid forms and contract documents may be examined at the office of Parkhill Smith & Cooper Inc
Engineers Architects Planners, 4010 Avenue R, Lubbock, Texas.
Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in the
contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further
directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage
r-• scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement,
minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will
not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award.
There will be a prebid conference on the 21st day of September, 1994, at 10:00 am., in the Purchasing Conference
Room L-04, 1625 13th Street, Lubbock, Texas.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid
r.. openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible
format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.)
` or 1625 13th Street, Room L-04 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
DOLORES CHAVARRIA
BUYER
GENERAL INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this
project in accordance with contract documents for the FLEXIBLE MEMBRANE LINER AND LEACHATE
COLLECTION SYSTEM.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the General Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction
of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the
contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of
forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders.
4. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 45 (Forty-five) consecutive calendar
days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City
reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract
documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the
�., progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take
such action as the City deems necessary to insure completion of the project within the time specified.
5. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract
documents.
6. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an
C affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by
the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been
notified
7. MATERIALS AND WORKMANSHIP
r., The intent of these contract documents is that only materials and workmanship of the best quality and grade will be
furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor
of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the
project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full
responsibility of complying with this provision. The specifications for materials and methods set forth in the contract
documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project.
li
I
8. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials
and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which
shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature
whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work
as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock).
9. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use during
construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The
Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for
proper prosecution of the work contemplated by the Contractor.
10. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies,
machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the
work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its
certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract
has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed
contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
11. , TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04
of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be
incorporated into the work without paying the tax at the time of purchase.
12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to
exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground
structures which might or could be damaged by Contractor during the construction of the project contemplated by these
contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines
and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities
aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work
contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
13. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take
such other precautionary measures for the protection of persons, property and the work as may be necessary. The
Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and
when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost
rand expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date
of issuance to Contractor of City's certificate of acceptance of the project.
14. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City.
In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for
all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are
authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall
further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be
the duty of the Contractor to no' each utility company having structures (above or below the ground) in proximity to the
site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable
the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however,
shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations.
15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the work is in
progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number
where such local representative may be reached during the time that the work contemplated by this contract is in progress.
r, 16. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General
Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory
r' to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will
t be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the
insurer waiving the right to subrogation.
The insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the
Contractor to the effect that no work on this particular project shall be subcontracted.
V. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these
contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of
general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the
requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above
mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
wages in these contract documents does not release the Contractor from compliance with any wage law that may be
applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays
unless the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its
citizens.
r
i
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the
penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract
within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the
Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and
obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow
construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract
which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day
of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life.
is. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this
contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than
once each week The Contractor and each of his subcontractors engaged at the site of the work shall not later than the
seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible
copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each
day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates
or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The
Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate
of per diem wages, which schedule is included in the contract documents.
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each
laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is
paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per
diem wages included in these contract documents.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder
without being considered.
20. PREPARATION FOR PROPOSAL
The bidder shall submit his proposal on forms fin-nished by the City. All blank spaces in the form shall be correctly filled in
and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or
furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of
discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If
the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is
submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal
signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a
company or corporation, the company or corporate name and business address must be given, and the proposal signed by an
official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly
certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink.
Each proposal shall be enclosed in a scaled envelope, addressed as specified in the Notice to Bidders, and endorsed on the
outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
21.
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal
may be withdrawn or altered thereafter.
BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
6) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by
reference into the aforementioned contract documents.
BID PROPOSAL
BID PROPOSAL
BID FOR UNIT PRICE
PLACE: City of Lubbock
DATE: 9-27-94
PROJECT NO: 13034 - FLE?IBLE MEMBRANE LINER & LEACHATE COLLECTION SYSTEM
Proposal of Bi g D Lining Systems Company (hereinafter called "Bidder-)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called -Owner-)
Gentlemen:
The Bidder in compliance with your invitation for bids for FLEXIBLE MEMBRANE LINER & LEACHATE
COLLECTION SYSTEM having carefully examined the plans, specifications, instructions to bidders, notice to
bidders and all other related contract documents and the site of the proposed work, and being familiar with all of
the conditions surrounding the construction of the proposed project including the availability of materials and
labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with
the plans, specifications and contract documents, within the time set forth therein and at the prices stated is
Exhibit "A".
The Bidder binds himself on acceptance of his proposal to execute a contract and any required bonds, according to
the accompanying forms, for performing and completing the said work within the time stated and for the prices
stated in Exhibit "A" of this proposal. '
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 45 (Forty-five) calendar days thereafter
as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay the owner as
liquidated damages the sum of S200.00 (Two Hundred Dollars) for each calendar day in excess of the time set
forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with of the
General Instructions to Bidder.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive arty formality in the
bidding.
The bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
r- The undersigned Bidder her d y declares that he has visited the site of the work and has carefidly examined the
plans, specifications, and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
F
t
J
'j Page 4 of 7
I
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent
(S%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all
necessary bonds (if required) within 10 days after notice of award of the contract to him.
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum of $1 Dollars
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required
bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of
said proposal; otherwise said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Bic D Jj4jng Systems Company
Contractor
By.
Don E. Tomlin / President
6
(Seal if Bidder is a Corporation)
�WMIMA
Secre
ly
Page 5 of 7
r
EXHIBIT A
City of Lubbock
,.
Bid #13034
UNIT COST.
d
PROPOSAL FORM
'
id Item
Ovantift
Description
Base Bid -
Contractor Provided/Installed Material
r.
1.
128,000 SF
60-mil. HDPE smooth
2.
47,040 SF
60-mil HDPE textured
r
3.
4,330 CY
12-inch Gravel Drainage Layer
4.
560 LF
6-inch HDPE Pipe
5.
12,900 SY
1-foot thick protective soil cover
6.
5,000 SY
27foot thick protective soil cover
Unit Price . Total
( .4L /SF)
($ 57, 728 .0. 0 )
( . 694/SF)
($ 32.645 , . 76 -of)
22.50 /CY)
($ 97.425 .00 )
18.)5 /LF)
($ 10,108 • . 00
( 1.60 /SY)
($ 20,640 .00
( 4.19 /SY)
($ 20,950 .00
Subtotal Base Bid (Items 1-6) ($ 239,496 .76�)
Base Bid Materials
($ 148,226
.04 _)
Base Bid Services'
($ 91,270
.72
Additive Alternate No 1 - Contractor Provided/Installed Material
7. 115,700 SF 12 oz Geotextile Cushion ( . 219 /SF)
($ 25,338
.30 a
8. 42,800 SF Geocomposite Drainage Layer ( . 679 /SF)
($ 29, 061
.20
• 9. 117,400 SF 6 oz. Geotextile. ( .144 /SF)
($ 16,905.
. 60
Total Additive Alternate No. 1 (Items 7-9)
($ 719305
.10
' Additive Alternate No. 1 Materials'
($ 48, 757
.33
Additive Alternate No. 1 Services
($ 22.547 .77
'Total Base or Additive Alternate Bid must equal the sum of Materials
and Services
' Page 6 of 7
Did Item
Ouanti
Description
Unit hice Total
Additive Alternate No. 2 - Owner Provided Material and Contractor
Provided/Installed Material
10.
100,700 SF
12 oz. Geotextile Cushion.
( .22 /SF) ($ 22,154 , 00
11.
15,000 SF
Installation only of Owner Provided 2
( • 01 /SF) ($ 1,050 00
oz. Geotextile Cushion
12.
27,800 SF
Geocomposite Drainage Layer
13
14.
( . 68 /Sr.) ($ ,18, 904 00
15,000 SF Installation Only of Owner Provided 20 3000 00
Geocomposite Drainage Layer („_/SF) ($ ,
132,400 SF 6 oz. Geotexdle ( -U/SF) ($ 19.065 .. 60
Total Additive Alternate No. 2 (Items 10-14) ($ 64,173 . 60
Additive Alternate No. 2 Materials
($
39,995
. 92
Additive Alternate No. 2 Services'
($
24,177
. 68
'Total Base or Additive Alternate Bid must equal the sum of Materials and Services
AUTHORIZED SIGNATURE Don E. Tomlin / President
Page 7 of 7
t
LIST OF SUBCONTMCTORS
Y
t
Robert McHam, Inc. Construction
P.O. Box 1345
Levelland, TX 79336
r
r
FM
i
Minority Owned
Yes No
— -X-
0.
11
CBftumindus71 C O AP O ATI G"
r 320 -18th Street • Rock Island, IL 61201
- - . - BID BOND -
The American Institute of Architects,
AIA Document No. A310 (February, 1970 Edition)
�^ KNow ALL MEN BY THESE PRESENTS, that we Big D Lining Systems Company
e
as Principal, hereinafter called the Principal, and Bituminous Casualty Corporation
I
as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Lubbock
r
as Obligee, hereinafter called the Obligee, in the sum of 5% of gross bid amount, not to exceed
r Seventeen thousand, five hundred dollars and no/100's — — — — — — — — — — — —
Dollars ($ 5% of gross bid amount
nQt �o exceed $17,1500.00
for the payment of which sum well and truly to be made, the said Principal and the said Surety, In ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Flexible membrane liner and Leachate Collection
^ Systems
Now, TI1EREi-0RE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with
the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding
or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished In the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the pen-
alty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and sealed this 26th
day of September
1994
Bi D-Lining Systems Company
PRINCIPAL (SEAQ
WITNESS
(I By:
Don E. Tomlin TE President
I , BITUMINOUS CASUALTY CORPORATION
Sa .� t: Jla � I R Q SURETY (SEAL)
WITNESS (-F
` Bye ATTORNEY4N-FACT
i
,
i
r- MI ■ OU
= s?esuaffyopora3iar�_ _—li 16�
= __ —_ s= _ _
= - fir WEIR_M nAiTbRNEI -
j = g - tE -
k
NE9tC �1tLJ�iI 11: PRSTta�12
k1#NOU-�31'DF3ATO�s sfoc�C insarar�eaUori,
trice b't;ir
P^ �Ad !ate Afoiney(s Facts, i►�ti�ltpauihontjr 4prd iJt flf tfiiv cas sn, to executenc�idir grid
egi met ar#fierEte aE�br�sFrtr��Ceognaartherterf oligatstat re
#bltows y - _
#iFi1MENTS 3 5 NT _W 74
z
LTZ
aI�ITi� �i<i1i;,Tl fi��yraf�#h�-a��t=�aaIA#� rn-tract, �uar�E�ese-e -
>t rid ii5ttfflttrseEt Fb � s t aifd kti c &eettbaE toend nc litt of t k i -ap ttrtteot35 rrfa e-
by im i irt1 boartdvf r t �ti teal ►tm�etMg field rt f$xr►� r -f, : T€�r5 tea r 01r 4- i ti i
"i t fac trLr a 1r a tr t the at ihQ if +ram res�u lioi dopte y die boatIAf ., I BIT JI Ih1¢I15 Li1F
_ -
LifEQ FiI=lCiat# cli$rir3resrd��rty vtC€es7dsrtftrefj�af ttjerr�ttr�tro'tdnla C 3Y�e: „ eeretary
t5�r i ta► $ retary f thy- g or& l r i1 rtze i1`r a to to s rso€ts a _
' o3fe�s flferOotppraor�tem apprd�2tli PQc�4itornikte iv►mreied tQ=arty-:.a rrunutesf
,�-_ _ _
hts sag auti nztngBach petsons x�c tearJ deEi fi affi tfib sea # Corpz aUon o boctds, rndeOak��� cecogrn�ances _ _
vs_etare3pswb�rgatimtsfsr.anba��ensri�3-str? tfpfrb�eganr:cluu
gu-Iran-- oTtn pa r ote re t ads a�dx cer� may r voke ty P rof f�ttorneyprevtously$r�antted
an such: e' .. tre-_a_uthorit - _- - - - ,"
Y _ p - - ; y oT anfc,�er �4rne}grateyny suli office attheorporaticns aioreaald�hali:not exceed
`ry tnilito doliars 5,t3f)t7, 00 00)text a t tds r quiretf fo a 4rl d asfl eta parfaits bonds, arrd b�tonds filed:with ar�ytQurt or
$mtnehti ttiyzpi- rg ait tf+rbiter3ritln bonds #ilesi kitrrt _ _ _ -
S`QOIE� FS1I�Tt�}tat at}j�9nd; under#a -
wporon
_ iy&I>�;�ga%m"-sfiaif be vafiid aril ffie Caii- trurifarg upon _
ned# -1tte Tana re5tdet r r�stde uref nrp a onactdattest -ah eal fd_-aseafTie_ieGuttedj by arty secretary CC-`:_
-
1(ti wheneu}netitSy axl tit to drF itctrney-ln-fa� �t►c ea d �vrth e7�t the Chi a Qe k regwredj :
f SElI.[iEDT1tRT[�EI�, that a gridturettfiali tf ertJe na dabove; atgi i �eiV of he l�orporation,-Wb&AfAxerfby faLsunne to anyPflwerot Attomey-or
-
rdf atiori rereofsuthotizirt theeuectil"pan %r4 ry�tx t] underfakin cognizance, flthersor ttipa6ligattonsof#lieEiii'poratirirt ndsUchsignkre_- al
-_
akVuften so_ ed &b I_ ft I;srr a
flljITNESS WHER��it= �ITt1MlNOt� OA$kt 'it ARi?S3AEtTf�31� a lsetl these f5resen. 4�l �srgrred i��r >ts roper car and -
•�re seaTto�e effrxed ibis �"r► �'�"'ni `���� _ , t9g� _ -
H1iUM1NOUS=CASUA CT Y -CORPORATION
T.
�tv�r
_sstr�cty _ _i�cggrestdent �uretyr
sCTY aFFED V _ -
C)n.fihts �_ �� •�----==t��. tp��t�fiy.catrreTie�r�rti� JAMF� l: tEi - -
At NF Ky# io-�ne kracv_t to- a rnritvt tta�5_at r e All Bfi #ifvtfNi U C3At t Y CORPOR 'MfY�vho executed the
they eatliTtnowd Este �xecufif31�me, anotetrrfr mei swam: did severliy deposenclsar, tt�ai
-�aia aifiG�r3�f�e�tp�i�c5ntesaid,-at'+�ti�e-��ffrxed�b-�Tinva rnS�Kn$rR Js tl3e���t Af�Tie �rorpflraflon� end _
saris corporateea anctri�oatt�res as such sfirsertx were 7dfyf#txednd subscnbsd #o #h saki iastc�ment byFie authgnty of the
o directors of �atosporabon - -
-tYw. � - -
yw
- - _ ion exprtes�e,'r
tie.= rjdeisfgrted 'sercreTaiy fits -> i ffitlU QI At r3fVO"Um icvfpvraTivtt� C R 'that _
6 ifig nd atia iesl rpf-attort�y a €�-itrlt=forc 8nd # s t l nxevoket i rtc f.�em�re, that-itie #tesoluticAgRif the
uAf !erector set fotf-as ihe P or c€� r �itiur lb #orb
tit
F
`igrred�4ftea�d afbef of- R(M&ali�d off- �e.�'t -
Mr
���mm 7� icy yam. _- - -
i[!r ill+ {�tl�=i _ Sti # _ _ _ -
s s -,_
LL-
r
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
1959
Big D Lining Systems Company
KNOW ALL MEN BY THESE PRESENTS, that PO Box 7808 Midland W 79708(hereinafter called the Principal(s), as
Principal(s), and
Bituminous Casualty CorpQratioa p_n_ Rix 167a6g Irving, Texas 75015
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in
the amount of ** See Below Dollars (5 303,670.36 ) lawful money of the United States for the
payment whereof, the vtid Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,
jointly and severally, firmly by these presents.
�., WHEREAS, the Principal has entered Into a certain written contract with the Obligee, dated the 1 day of
October . 19 94 , to
Install Flexible Membrane Liner & Leachate Collection System
g
and said Principal under the law Is required before commencing tho work provided for in said contract to execute a bond in the
r, amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
r" claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then,
this obligation shall be void: otherwise to remain in full force and effect:
PROVIDED;1IOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
of Texas as amended by Acts of the 56th Legislature. Regular Session, 1959, and all liabilities on this bond shall be determined in
` accordance with the provisions of mid Article to the same extent as if It were copied at length herein.
IN WITNESS 1lr f4 EOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 24th day of
October
Bi tnimi nnus rasual t-y rnrpQration BOND CHECK Big D Li ni ng Systems Company —
Surety
BEST RATING Principal
LICENSED IN TEXAS y�
•By. DATE BY -., By [
(Tide) Attorney —In —Fact (Title)Don E. Tomlin/President
**Three hundred three thousand, six
hundred seventy dollars and 36/100's
t:
By:
(ritle)
By:
(Title)
7
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates
Brent Aycock* :an agent resident In Lubbock County to whom any requisite notices tnay be delivered and on whom service of
process may be had in matters arising out of such suretyship.
*3223 S. Loop 289, Suite 215
Lubbock, Texas 79423
Approved as to Form
City of Lubbock
r By.
ity Attorney
Bituminous Casualty Corporation
Surety
•ByA ( '
qe) Attorney -In -Fact
• Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this
person ling authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files.
F
I '
i
ar IN„
pp
41
' I51 SiY
III _ I„F WI ,
Alr„ 4
oil
1PSL .II Aw it
- III �I
r
I, y, 40I
I' k Mil ,
h• All 'li FBI ,4 dl '��"' •IAIM�
1y'r.1
I' I
1�11F 8 Lu4'i
H Ik ICI I y ��
IL
lob lip
JF
, x
I
top aRl� INF+I
,
I I,
40
$ uFIsl I 'k
odAJAI'M �
II
N I " III"' WISlk
Ilr liFi`I ' ,,,ICI ' .thl I ii�l. I ��17fyF I �t r
All ak
I
lit
,� I
low
1 I'
'. �.'""�
NI
UM: ,� I AIM114 q M 40 w
I. HIS OL �LI # il��
*�dw It��h. '�� ' I W4iMF
aka n I I
Ir
II I Mal j AF M r MIM
' 'Ilk""�Wi.I,■fir,' }'% A, �' XI. , �{ p 1
PERFORMANCE BOND
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE S 160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
ACTS OF TKE 56TH LEGISLATURE, REGULAR SESSION 1959
Big D Lining Systems
KNOW ALL MEN BY THESE PRESENTS, that CompMy (hercinaRer called the Principal(s), as Principal(s), and
Bituminous Casualty Corporation P.O. Box 167968 Irving, Texas 75015
(hereinafter called the Surety(s). as Sumty(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in
the amount of **See Below Dollars (S303,670•36 ) lawful money of the United States for the
payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,
jointly and severally, firndy by these presents.
r" WHEREAS. the Principal has entered into a certain written contract with the Obligee, dated the 1 day of
[ October , 19 9,Ao
Install Flexible Membrane Liner & Leachate Collection System:
and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the
T— amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
w length herein.
NOW. THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
perform the work In accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise
to retrain in full force and effect.
PROVIDED, HOWEVER that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be detennined in
accordance with the provisions of mid article to the sane extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and scaled this instrument this 24 day of
Ck-1-nhar , 19_2�L.
r" Bituminous Casualty Corporation Big D Lining Systems CompAny
Surety BOND CHECK � princi 31
BEST RATING -�
By, LICENSED IN TEXAS By: - C� '/ Z' Z.
(Title) ttorney-In-Fact DATE " /�N BY Don E . Tomlin / President
{title)
**Three hundred three thousand, six
hundred seventy dollars and 36/100's By:
('title)
By:
(Title)
F
The undersigned surety company represents d-tat it is duly qualified to do business in Texas, and hereby designates
Brent Aycock* an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service
of process may be had in matters arising out of such suretyship.
*3223 S. Loop 289, Suite 215 Bituminous Casualty Corporation
Lubbock, Texas 79423 Surety Attorney —In —Fact
• By: OR
CL
r itle) Attorney —In —Fact
Approved as to form:
rCity of Lubbock i
l ity Attorney
l • Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this
person has authority to sign such obligation, if signed by an Attorney in Fact, we must have copy of power of attorney for our files.
F
F
F
CERTIFICATE OF INSURANCE
F
r
F
•
TO: CITY OF LUBDOCK DATE: October 24, 1994
Type of Flexible Membrane Liner and
Lubbock, Texas Project:
Big D Lining Systems Leachate Collection System
THIS IS TO CERTIFY THAT Company (Name and Address of Insured) is, at the date of this certificate, insured by
this Company with respect to the business operations hereinafter described, for the types of Insurance and in accordance with the
provisions of the standard policies used by this Company, the further hereinafter described. Exceptions to standard policy noted
hereon.
TYPE OF INSURANCE
Policy No. Effective Expires Limits of Liability
Workmen7s TSF104709-02 09/20/94 — 09/20/95 $500,000
Compensation Texas WC Insurance Fund
0%mer's Protec-
Per Person
$
1, 000, 000
tive or Conlin-
1193008183 12/28/93 — 12/28/94
Per Occurrence
$
1, 000, 000
gent Liability
Lexington Insurance Company
Property Damage
$
1, 000, 000
Contractor's
1193008183 12/28/93 — 12/28/94
Per Person
S
1, 000, 000
Protective or
Pcr Occurrence
S
11000,000
Contingent
Property Damage
S
1,000,000
Liability
Lexington Insurance Company
CK09101263-1 09/20/94 — 09/20/95
PKMMS CSL
$
1,000,000
Automobile
Per Occurrence
S
St. Paul Insurance
Property Damage
S
Comprehensive
1193008183 12/28/93 — 12/28/94
General Liability
Lexington Insurance Company
General Aggregate $
2,0001000
Umbrella LiabilityCU29668 12/28/93 — 12/28/94 Total Limits 2r 000, 000
_U_n_i_te_d National In_s_u_r_a_n_c_e
The foregoing Policies — do) (do not) cover all sub -contractors.
Locations Covered
United States and its territories
DESCRIPTION of Operations Covered
Flexible Membrane Liner and Leachate Collection System
The above policies tither in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the
insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case
there is no legal requirement, in Iess than five drys in advance of cancellation.
Except for nonpayment of premium
FIVE COPIES OF THIS CERTIFICATE All Companies List-pd Ahnue
MUST BE SENT TO THE OWNER. (Name of Insurer)
Waiver of subrogation provided in favor of certificate
holder on all policies. B tz
Certificate holder and Robert McHam, Inc. subcontractor,
named as additional insured on GL and auto per attached Title Authorized R resentative
endorsement.
F
r
ADDITIONAL INSURED
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
TRUCKERS COVERAGE FORM
SPECIMEN
This endorsement changes the policy effective on the inception date
of the policy unless another date is indicated below:
9dorsale4nt Effective:
r20ka&e
Policy Number: CK09101253-1
ir�sur Big D LINING
SYS> EId5 C� MANY
Countersigned
The provisions and exclusions that apply to LIABILITY COVERAGE also
apply to this endorsement.
1 ,CERTIFICATE HOLDER PER ATTACHED CERTIFICATE OF INSURANCE AND
l SUBCONTRACTOR ROBERT MCHAM, INC._
(Enter name and Address of Additional Insured.)
E is an insured, but only Kith respect to legal responsibility for act or omissions of a person for rhos liability Coverage is afforded
under this policy.
The additional insured is not required to pay for nay pradu&s stated in the policy or earned fro& the policy. Any return premium
and any dividend, if applicable, declared by us shall be paid to you,
Your are authorized to act for the additional insured in all matters pertaining to this insurance,
We will aril the additional insured notice of any cancellation of this policy, If the cancellation is by us, we well give ten days
l notice to the additional insured.
l The additional insured will retain any right of recovery as a claimant under the policy.
FORM TA 99 01B — ADDITIONAL INSURED
Texas Standard Automobile Endorsement
Prescribed October 1, 19aS
r
1'
7
CONTRACTOR CHECKLIST
(1) provide coverage for its employees providing services on a project,for the duration of the project based on proper
reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to
beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during
the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity
will have on file certificates of coverage showing coverage for all persons providing services on the
project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of
coverage, if the coverage period shown on the current certificate of coverage ends during the duration of
the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter,
(6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor
knew or should have known, of any change that materially affects the provision of coverage of any person
providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are required to be
covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice
does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be
printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common
to the worker population. The text for the notices shall be the following text provided by the commission on the
sample notice, without any additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
'The law requires that each person working on this site or providing services related to this construction project must (see reverse) be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or
providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an
employee."
"Call the Texas Workers' Compensation Commission at S 12/440- 3789 to receive information on the legal requirement for
coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to
provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any
coverage agreements for all of its employees providing services on the project, for the duration of the
project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends during the
duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during the
duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
(G) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the
person knew or should have known, of any change that materially affects the provision of coverage of any
person providing services on the project; and
(I) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) -
(H), with the certificate of coverage to be provided to the person for whom they are providing services. 0
No Text
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 13th day of October, 1994, by and between the City of Lubbock, County
of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to
as OWNER, and BIG D LINING SYSTEMS COMPANY of the City of Midland, County of Midlandand the State of Texas.
hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed
by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby
agrees with OWNER to commence and complete the construction of certain improvements described as follows:
BID #13034 - FLEXIBLE MEMBRANE LINER & LEACHATE COLLECTION SYSTEM FOR $303,670.36
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories
and services necessary to complete the said construction in accordance with the contract documents as defined in the General
,.. Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given
to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the
proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on
account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have
year and day first above written. /
ATTEST:
Secretary 0 " U
APPR ` D TO
ct
APPROVED AS TO FORM:
A
I
�< <FI4-, a . , . , .i
�.
ed this agreement in Lubbock, Lubbock County, Texas in the
CI
MAYOR U
CONTRACTOR:
BIG D L G YSTEMS CO
By ��
TITLE: President
COMPLETE ADDRESS:
P.O. Box 7808
Midland, Texas 79708
i
F
GENERAL CONDITIONS OF THE AGREEMENT
7,
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be
understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood
to mean the person, persons, co -partnership or corporation, to -wit: BIG D LINING SYSTEMS COMPANY who has
agreed to perform the work embraced in this contract, or to his or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to
OUENTM THOMAS, ASSISTANT CITY MANAGER, City of Lubbock, under whose supervision these contract
documents, including the plans and specifications, were prepared, and who will inspect constructions; or to such other
representative, supervisor, or inspector as may be authorized by said Owner Jo act in any particular under this agreement.
Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not
directly supervise the Contractor or men acting in behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if
any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in
accordance with the Notice to Bidders.
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of
like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of
the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like
import shall mean approved by or acceptable or satisfactory to the Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any
Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents,
but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm
or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address
known to him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the
execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be
new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory
evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known,
technical or trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been
made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor
miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this
work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout
of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not
relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he
shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and
to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to
make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for
the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His
efforts will be directed towards providing assurances for the Owner that the completed project will conform to the
requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in
accordancewith the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owners Representative whenever necessary for the commencement of the
work contemplated by these contract documents or the completion of the work contemplated by these contract documents.
Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this
requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation
therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or
removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owners
Representative at Contractor's expense.
PM
p
I PM
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise speed, it is mutually agreed between the parties to this Agreement that the Owner's Representative
shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to
insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further
agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction
thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of
said Contractor. The Owner's Representatives's estimates and findings shall be conditions precedent to the right of the
parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under
this contract; provided, however, that should Owner's Representative render a,iy decision or give any direction, which in the
opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with
said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action
may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direction of the Owner's
Representative as rendered shall be promptly carried out, and any claim arising therefrom shall be thereafter adjusted to
arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a
written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work
or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision
within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party
appealing.
15. SUPERINTENDENCE AND INSPECTION
r• It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time
such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the
materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is
done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance
required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The
t Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so
appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying
plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer,
supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his
decision.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the
r" work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's
Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be
binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor
�— is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations
of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all
risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of
the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of
equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions,
and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any
officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of
the terms or obligations herein contained.
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required
under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that
any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be
discharged from the work and shall not again be employed on the work without the Owner's Representative's written
consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also
understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials,
tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's
Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be
maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be
constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's
Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location
wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be
contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be
ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in
accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such
errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any
work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's
Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being
fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make
observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require
Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated All such
tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
PM
If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the
Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for
observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by
the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests,
inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the
requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the
Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's
Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve
the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or
selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with
plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's
Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in frill
accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at
Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line,
grade, form dimensions, plans or or materials for the work herein contemplated, or any part thereof, either before or after
the beginning of the construction, without affecting the validity of this contract and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for
damages, or anticipated profits on the work that may be dispensed with If they increase the amount of work, and the
increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity
actually done and at the unit price established for such work under this contract; otherwise such additional work shall be
paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any
work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for
any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the
Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work
as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as
provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the owner's Representative when
presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor
to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to
the Contractor for performing said extra work shall be determined by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then
the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent.
7
In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply
and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics
and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used
on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on
account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property
Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the
Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of
the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The
Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type
and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless
otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General
Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be
incorporated in the written extra work order. The fifteen percent (151/o) of the actual field cost to be paid to Contractor shall
cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements
of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or
Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same
shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any
orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an
adjustment in the construction time, he shall make written request to the Owner's Representative for a written order
authorizing such extra work Should a difference of opinion arise as to what does or does not constitute extra work or as to
the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the
work after making written request for written order and shall keep adequate and accurate account of the actual field cost
thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to
arbitration as herein below provided.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the proposal, the specifications, plans and
other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all
appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by
Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract
documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no
such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work
in accordance with these plans and specifications. It is further understood that any request for clarification must be
submitted no later than five days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EOUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work
with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in
writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor
shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of
compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
,., The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance
company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation
laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and
others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building
and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the
t "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible
with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend,
«- indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any
character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons
or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the
r-" execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the
failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to
s pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including
attorney's fees.
F The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent
Contractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the
Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the
I Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the
Contractor or any of his subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as
hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried
with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection
with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to
contract execution.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single
Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
r•. The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement
doing so is to be attached to the Certificate of Insurance.
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City
of Lubbock as insured and the amount of such policy shall be as follows:
For bodily injuries, including accidental death and or property damage, $500,000 Combined Single Limit. This
policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned
Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the
endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of
potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of 1000 000 on all contracts with coverage
to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages.
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -
insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-
84), showing statutory workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
contractor's/person's work on the project has been completed and accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in 0406.096) - includes all persons or entities
performing all or part of the services the contractor has undertaken to perform on the project, regardless of
whether that person contracted directly with the contractor and regardless of whether that person has
employees. This includes, without limitation, independent contractors, subcontractors, leasing companies,
motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes
persons to provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor
Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the
duration of the project.
r
i' 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded
the contract.
a
4. If the coverage period shown on the contractors current certificate of coverage ends during the duration of
the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage
with the governmental entity showing that coverage has been extended.
r"
r
S. The contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
r
(a) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(b) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project.
6 The contractor shall retain all required certificates of coverage for the duration of the project and for one
r.,
year thereafter.
7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the contractor knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project.
8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the
•-
Texas Workers' Compensation Commission, informing all persons providing services on the project that
they are required to be covered, and stating how a person may verify coverage and report lack of coverage.
4. The contractor shall contractually require each person with whom it contracts to provide services on the
project, to:
(a) provide coverage, based on proper reporting of classification cedes and payroll amounts and
filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all of its employees providing services on the project, for the duration of
the project;
(b) provide to the contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the person providing
services on the project, for the duration of the project;
(c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project; and
(2) a new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
�.. (e) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
M notify the governmental entity in writing by certified mail or personal delivery, within 10 days
after the person knew or should have known, of any change that materially affects the provision
of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by paragraphs
(1) - (7), with the certificates of coverage to be provided to the person for whom they are
providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is
representing to the governmental entity that all employees of the contractor who will provide services on
the project will be covered by workers's compensation coverage for the duration of the project, that the
coverage will be based on proper reporting of classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured,
with the commission's Division of Self -Insurance Regulation. Providing false or misleading information
may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil
actions.
11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor
which entitles the governmental entity to declare the contract void if the contractor does not remedy the
breach within ten days after receipt of notice of breach from the governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for
approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of
compliance with the above insurance requirements, signed by an authorized representative of the insurance
company setting forth:
(8)
The name and address of the insured.
The location of the operations to which the insurance applies.
The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such
certificate.
A provision that the policy may be canceled only by mailing written notice to the named insured at the
address shown in the bid specifications.
A provision that written notice shall be given to the City ten days prior to any change in or cancellation of
the policies shown on the certificate.
The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the project
based on proper reporting of classification codes and payroll amounts and filling of any coverage
agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the governmental
entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the contractor's current
�- certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental entity:
r..
(i) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(ii) no later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
r`
(e) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days
after the contractor knew or should have known, of any change that materially affects the
provision of coverage of any person providingservices on the project;
(g) post a notice on each project site informing all persons providing services on the project that they
are required to be covered, and stating how a person may verify current coverage and report
failure to provide coverage. This notice does not satisfy other posting requirements imposed by
the Act or other commission rules. This notice must be printed in at least 19 point normal type,
and shall be in both English and Spanish and any other language common to the worker
population. The text for the notices shall be the following text provided by the commission on
r"
the sample notice, without arty additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance. This includes
persons providing, hauling, or delivering equipment and materials, or providing labor or
transportation or other service related to the project, regardless of the identity of their
employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information
on the legal requirement for coverage, to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage. " and
(h) contractually require each person with whom it contracts to provide services on a project, to:
(i) provide coverage based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements for all of its employees providing services on the
project, for the duration of the project;
r (ii) provide a certificate of coverage to the contractor prior to that person beginning work on
the project;
(iii) include in all contracts to provide services on the project the language in subsection (e)
(3) of this rule;
i
(iv) provide the contractor, prior to the end of the coverage period, a new certificate of
overage showing extension of coverage, if the overage period shown on the current
certificate of overage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of overage showing
extension of the coverage period, if the coverage period shown on the current
certificate of overage ends during the duration of the project;
(vi) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery, within
10 days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project; and
(viii) contractually require each other person with whom it contracts, to perform as required
by paragraphs (A) (ll), with the certificate of overage to be provided to the person for
whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree
not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to
job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and
other terms, conditions, and priviliges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF
MACHINERY. EQUIPMENT AND SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of
subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment,
power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When
Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated
have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those
designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after
demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the
unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to
discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or
process covered by letters patent or copyright by suitable legal agreement with'the Patentee or Owner thereof. The
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the
Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be
responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer
or manufacturers is speed or required in these contract documents by Owner; provided, however, if choice of alternate
design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless
t
i
from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the
Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations,
which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims
w l arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the
Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners'
r Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work
If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without
such notice to the Owner's Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into
contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein.
33. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in
the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this
contractual agreement.
34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
�-- It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and
time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it
is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be
specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper
extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding
of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $200.00 (Two
Hundred) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each
and every calendar day that the Contractor shall be in default after the time stipulated for completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the
work described herein is reasonable time for the completion of the same, taking into consideration the average climatic
change and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and
extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is
agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for
payments or from final payment.
It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract.
35. TM E AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be
allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most
conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the
r• work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications,
and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work
done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing
r
i
work done under this contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which
shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the
several parts of the work and estimated dates of completion of the several parts.
36. EXTENSION OF TIME
The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has
considered the liquidated damage provisions of paragraph 33 hereinabove setforth and that he shall not be entitled to, nor
will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the
Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered
in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for
an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an
extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for
an extension of time by the Contractor supported by all requested documentation shall then submit such written request to
the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City
Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided.
37. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether
growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the
work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such
expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to
Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid
contents, number and weight only shall be considered, unless otherwise specifically provided.In the event this contract is let
on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other
contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the
estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract,
they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their
proposals offered for the work. It is understood and agreed that the actual amount of work to be done and the materials to
be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this
contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the
project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered,
which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any
damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on
account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the
Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing
out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the
existence or character of the work.
PIK
t 40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the
Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and
stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto,
which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all
materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly
performing the same and the whole thereof in the manner and according to this agreement, the attached specifications,
plans, contract documents and requirements of Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either
wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at
any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate
showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made,
!" Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by
reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a
waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial
payment. Owner's Representative shall review said application for partial payment and the progress of the work made by
the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical
the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement
shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's
Representative's Certificate of Partial Payment, less S% of the amount thereof, which S% shall be retained until final
payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this
agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by
Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the
Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion
of the retained percentage due Contractor.
43. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been
completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said
r" time, if the work be found to be completed or substantially completed in accordance with the contract documents, the
Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the
duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor.
44. FINAL PAYMENT
, Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and
prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and
shall certify same to the Owner, who shall pay to the Contractor on or before the 31 st day after the date of certificate of
completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual
obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the
Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall
relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if
any) of this contract or required in the specifications made a part of this contracL
I
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on
account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his
own expense promptly replace such condemned materials with other materials conforming to the requirements of the
contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or
replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written
notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense.
46. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for
faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work
resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner
or the Owner's Representative shall give notice of observed defects with reasonable promptness.
47. - PAYMENT WI WMLD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to
such extent as may be necessary to protect himself from loss on account of.
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will
protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
48. TIME OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in
writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any
directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to
such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal
from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative
and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of
the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents.
49. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute.
The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third
chosen by the two arbiters selected; or if the arbiters fail to select a third within ten (10) days, he shall be chosen by the
District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party
demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the
decision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter
within ten (10) days, the Owner's Representative shall appoint such arbiter. Should either party refuse or neglect to supply
the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex
Parte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless
either or both parties shall appeal within ten (10) days from date of the award by the arbiters, and it is hereby agreed that
i
r*
r each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of
Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY
r" QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT
TO ANY RIGHT OF LEGAL ACTION.
The arbiters, if they deem the rase demands it, are authorized to award the party whose contention is sustained, such sums
as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable
cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless
otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The
award of the arbiters must be made in writing and shall not be open to objection on account of the form of proceedings or
award
50. ABANDONMENT BY CONTRACTOR
' In rase the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from
the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative,
�.. when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on
s the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the
` Contractor.
r After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment,
tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for
work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of
r the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra
Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of
such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten
(10) days after service of such notice, then the Owner may provide for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said
Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment,
tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the
Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under
and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under
this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference.
In case such expense is greater than the sum which would have been payable under this contract, if the same had
been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to
the Owner, or
(b) The Owner, under scaled bids, after notice published as required by law, at least twice in a newspaper having a
general circulation in the County of location of the work, may let the contract for the completion of the work under
substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to
the Owner under the new contract as compared to what would have been the cost under this contract, such increase
shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to
complete any such new contract prove to be less than that which would have been the cost to complete the work
under this contract, the Contractor or his Surety shall be credited therewith
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of
r- completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized
statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and
delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the
C• balance due as reflected by said statement within 30 days after the date of certificate of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the
cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor
and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools,
materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to
complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner
within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the
site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written
notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shalt be
held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect
such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools,
materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale
may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any
machinery, equipment, tools, materials, or supplies which remain on the'*jobsite and belong to persons other than the
Contractor or his Surety, to their proper owners.
51. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms
within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the
work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been
included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's
Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value
of all work actually completed by said Contractor at the prices stated in the the attached proposal, the value of all partially
completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or
provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor
to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final
statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and
all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner
who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance
shown by said final statement as due the Contractor, under the terms of this Agreement.
52. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160,
Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds
$25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not be required. All bonds, if
required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to
do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so
furnished.
53. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions conflict
with any of the general conditions contained in this contract, then in such event the special conditions shall control.
54. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or
from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual
obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the
Contractor at his own cost and expense.
55. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct,
supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The
fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and
to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative
56.
hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent
contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other
person, 5rm, or corporation.
CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the
completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave
the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may
remove the debris and charge the cost to the Contractor.
CURRENT WAGE DETERMINATIONS
No Text
Resolution #2502
January 8, 1987
Agenda Item #18
r
DGV:da
RESOLUTION
WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to execute public works contracts for the City of Lubbock
in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes:
Exhibit A: Building Construction'Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
Passed by the City Council this 8th
. 7TE
Ranettd,.Boyd, City Secretary
APPROVED 7 T 01�TENT:
Bi 1 P yne, Dilrector of Building
Services
day of January , 1987.
e.
B.C. McMINN, MAYOR
APPROVED AS TO FORM:
Do ld G. Vandiver, First
Assistant City Attorney
7
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -
Heavy
Light
Floor Installer
Glazier
Insulator, Piping/Boiler
Insulator -Helper
Iron Worker
Laborer, General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder - Certified
Hourly Rate
$11.60
8.35
5.50
10.50
5.00
11.00
5.50
7.35
8.70
10.50
5.25
8.00
5.70
8.00
7.50
9.50
5.00
7.30
4.75
5.60
8.75
9.25
6.00
7.65
4.75
8.75
5.50
8.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator.
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourly Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft Hourly Rate
Power Line Foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Groundman Series 7.25
EXHIBIT D
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2
times base rate.
EXHIBIT E -
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is.1 1/2 times base rate.
F,j
SNOLLVDMID3dS
I
CITY OF LUBBOCK, TEXAS
MUNICIPAL SOLID WASTE LANDFILL
CELL IV (B) 1 - PHASE 2
FLEXIBLE MEMBRANE LINER AND
LEACHATE COLLECTION SYSTEM
Supplementary General Conditions and
Technical Specifications
AUGUST, 1994
Parkhill, Smith & Cooper, Inc.
Engineers • Architects • Planners
CITY OF LUBBOCK, TEXAS
MUNICIPAL SOLID WASTE LANDFILL
CELL IV (B) 1 - PHASE 2
FLEXIBLE MEMBRANE LINER AND
LEACHATE COLLECTION SYSTEM
Supplementary General Conditions and
Technical Specifications
•• w
AUGUST 1994 `ass oVA
gti
f■.M■..=:CC=�ii � ����I
N.I.N.//...N.■
e;;ou':aq e�...�
Parkhill. Smith & Cooper, & Cooper Inc.
/i.. N
i......C....iwed Engineers Architects Planners
SECTION 00003
TABLE OF CONTENTS
CITY OF LUBBOCK, TEXAS
MUNICIPAL SOLID WASTE LANDFILL
CELL IV (B) 1 PHASE 2
FLEXIBLE MEMBRANE LINER
AND
LEACHATE COLLECTION SYSTEM
DIVISION 0 - CONDITIONS OF THE CONTRACT
00805 Supplementary General Conditions
DIVISION 1 - GENERAL REQUIREMENTS
01010
Summary of Work
01019
Contract Considerations
01025
Measurement and Payment
01039
Coordination and Meetings
01090
Reference Standards
01300
Submittals
01400
Quality Control
01500
Construction Facilities and Temporary Controls
01600
Material and Equipment
01700
Contract Closeout
DIVISION 2 - SITE WORK
02245 Flexible Membrane Liner
02246 Geotextile Fabrics
02247 Geocomposite Drainage Layer
02248 Gravel Drainage Layer
02250 Leachate Collection Systems
02260 Protective Soil Cover
DIVISION 3 - CONCRETE
Not Required
DIVISION 4 - MASONRY
Not Required
2687-94 00003 - 1
NUMBER OF
PAGES
6
2
1
2
2
2
3
2
2
2
2
19
5
5
3
3
2
NUMBER OF
PAGES
DIVISION 5 - METALS
Not Required
DIVISION 6 - WOOD AND PLASTICS
Not Required
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
Not Required
DIVISION 8 - DOORS AND WINDOWS
Not Required
DIVISION 9 - FINISHES
Not Required
DIVISION 10 - SPECIALTIES
Not Required
DIVISION 11 - EQUIPMENT
Not Required
DIVISION 12 - FURNISHINGS
Not Required
DIVISION 13 - SPECIAL CONSTRUCTION
Not Required
DIVISION 14 - CONVEYING SYSTEMS
Not Required
DIVISION 15 - MECHANICAL
Not Required
DIVISION 16 - ELECTRICAL
Not Required
2687-94 00003 - 2
SECTION 00805
SUPPLEMENTARY GENERAL CONDITIONS
PART 1 GENERAL
The following paragraphs identify and describe changes to specific paragraphs
in the General Conditions.
1.1 ADDITIONS, DELETIONS, AND REVISIONS
1.1.1 General Conditions "11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE",
delete the entire paragraph and replace with the following:
The Contractor will be furnished five (5) sets of the full-sized drawings
and five (5) sets of the specifications for use during construction.
This shall include all plans and specifications furnished to material
suppliers and subcontractors but does not include executed contract
copies. Plans and specifications for use during construction will be
furnished directly only to the contractor.
1.1.2 General Conditions "13. LINES AND GRADES", add a second paragraph as
follows:
All lines and grades (field surveys) furnished by the Owner's
Representative are for initial construction layout and final construction
verification. If a portion of the work fails and requires additional
work by the Contractor, additional surveys will be provided by the
Owner's Representative at Contractor's expense. The Contractor shall be
billed directly for additional surveys by the surveyor at the rates being
paid by the Owner. Failure of the Contractor to pay for additional
surveys will result in a reduction of that amount from the final payment.
1.1.3 General Conditions "21. OBSERVATION AND TESTING", add a fourth paragraph
as follows:
The Contractor shall pay all costs for pre -construction testing called
for in the Technical Specifications and for all failing tests during
construction. The Owner shall pay for all construction testing expect
for failed tests. The Contractor shall be billed directly for failed
tests by the testing laboratory at the rate per test being paid by the
Owner. Failure of Contractor to pay for failed tests will result in a
reduction of that amount from final payment.
1.1.4 General Conditions "26. MIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT",
delete the first paragraph of this section.
1.1.5 General Conditions "27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE
PUBLIC", modify as follows:'
Delete the fourth sentence of the first paragraph, i.e., "The Contractor,
r' his sureties... including attorney's fees." and replace it with the
following: "The Contractor, his sureties and insurance carriers shall
defend, indemnify and save harmless the Owner and all of its officers,
agents, including Engineer, and employees from all suits, actions, or
claims of any character whatsoever, brought for or on account of any
1117-94 00805 - 1
injuries or damages received or sustained by any person or persons or
property, on account of any negligent act or fault of the Contractor or
any subcontractor, their agents or employees, in the execution and
supervision of said contract, and project which is the subject matter of
this contract, on account of the failure of the Contractor or any
subcontractor to provide necessary barricades, warning lights, or signs
and will be required to pay any judgment with costs which may be obtained
against the Owner or any of its officers, agents, including Engineer, or
employees including attorney's fees."
1.1.6 General Conditions "28. CONTRACTOR'S INSURANCE", modify as follows:
A. Add the: following paragraph after the first paragraph: "All
insurance, as hereafter specified, shall include a waiver of
subrogation against the Owner, the Owner's agents, and the Owner's
Engineer."
B. In addition to the City, the Engineer is to be named as an
additional insured on the Comprehensive General Liability Insurance,
the Owner's Protective or Contingent Public Liability and Property
Damage Liability Insurance, the Comprehensive Automobile Liability
Insurance and the Excess or Umbrella Liability Insurance policies,
and a copy of the endorsement doing the foregoing is to be attached
to the Certificates of Insurance for such policies.
C. The Engineer is to be named as an additional insured on the
Builder's Risk Insurance Policy, as its interests may appear.
1.1.7 General Conditions "39. PROTECTION OF ADJOINING PROPERTY", modify as
follows:
Delete the last sentence of the paragraph, i.e., "The Contractor agrees
to... out of the existence or character of the work." and replace it
with the following: "The Contractor agrees to indemnify, save and hold
harmless the Owner and the Engineer against any claim or claims for
damages due to any adjacent or adjoining property arising or growing out
of the performance of this contract, but such indemnity shall not apply
to any claim of any kind arising out of the existence or character of the
work."
1.1.8 General Conditions "53. SPECIAL CONDITIONS", modify as follows:
Delete the paragraph and replace it with the following: "In the event
any special or supplementary general conditions that are a part of the
contract documents conflict with any of the general conditions contained
in this contract, then in such event the special or supplementary general
conditions shall control."
1.2 Additional Paragraphs
1.2.1 General Conditions 56. CONSTRUCTION PROCEDURES AND SAFETY:"
Owner's Representative and the Engineer shall not specify construction or
service -related procedures and shall not manage, control or have charge
of construction, nor shall Owner's Representative or Engineer implement
or be responsible for health or safety procedures. Owner's
Representative and Engineer shall not be responsible for the acts or
omissions of Contractor or other parties on the project and shall not be
2687-94 00805 - 2
r
f,
responsible for construction means, methods, techniques, sequences, or
procedures, nor for precautions or programs. All of these matters shall
be responsibility of the Contractor. Owner's Representative's and
Engineer's monitoring or review of portions of the work performed under
any construction contracts shall not relieve the Contractor from its
responsibility for performing the work in accordance with the applicable
contract documents." Contractor shall defend, indemnify and hold
harmless Owner, Engineer, their officials, officers, directors,
consultants, agents and employees from and against all claims, damages,
whether direct, indirect or consequential, losses and expenses (including
but not limited to attorney's fees and court costs) connected with any
illness, injury or loss to the person or property of Contractor, its
subcontractors, suppliers, their employees and agents, or any other
person, arising out of or resulting from Contractor's responsibilities
under this paragraph; the foregoing shall apply notwithstanding the
negligence of any person or entity indemnified hereunder.
Not withstanding the above, the Contractor will not be required to
indemnify the Owner's Representative or the Engineer to causes arising
out of the Engineer's negligent acts, errors, or omissions.
1.2.2 General Conditions .57. RESIDENT PROJECT REPRESENTATIVE (RPR):
General: RPR is Engineer's agent at the site, will act as directed by
and under the supervision of Engineer, and will confer with Engineer
regarding RPR's actions. RPR's dealings in matters pertaining to the on -
site work shall in general be with Engineer and Contractor keeping Owner
advised as necessary. RPR's dealings with subcontractors shall only be
through or with the full knowledge and approval of Contractor. RPR shall
generally communicate with Owner with the knowledge of and under the
direction of Engineer.
A. Duties and Responsibilities of RPR:
1. Schedules: Review the progress schedule, schedule of Shop
Drawing submittals and schedule of values prepared by
Contractor and consult with Engineer concerning acceptability.
2. Conferences and Meetings: Attend meetings with Contractor,
such as preconstruction conferences, progress meetings, job
conferences and other project -related meetings, and prepare
and circulate copies of minutes thereof.
3. Liaison:
a. Serve as Engineer's liaison with Contractor, working
principally through Contractor's superintendent and
assist in understanding the intent of the Contract
Documents, and assist Engineer in serving as Owner's
liaison with Contractor when Contractor's operations
affect Owner's on -site operations.
b. Assist in obtaining from Owner additional details or
information, when required for proper execution of the
Work.
2687-94 00805 - 3
B. Shop Drawings and Samples:
1. Record date of receipt of Shop Drawings and samples.
2. Receive samples which are furnished at the site by Contractor,
and notify Engineer of availability of samples for
examination.
3. Advise Engineer and Contractor of the commencement of any Work
requiring a Shop Drawing or sample if the submittal has not
been approved by the Engineer.
C. Review of Work, Rejection of Defective Work, Inspections and Tests:
1. Conduct on -site observations of the Work in progress to assist
Engineer in determining if the Work is in general proceeding
in accordance with the Contract Documents.
2. Report to Engineer whenever RPR believes that any Work is
unsatisfactory, faulty or defective or does not conform to the
Contract Documents, or has been damaged, or does not meet the
requirements of any inspection, test or approval required to
be made; and advise Engineer of Work that RPR believes should
be corrected or rejected or should be uncovered for
observation, or requires special testing, inspection or
approval.
3. Verify that tests, equipment and systems startups and
operating and maintenance training are conducted in the
presence of appropriate personnel, and that Contractor
maintains adequate records thereof; and observe, record and
report to Engineer appropriate details relative to the test
procedures and startups.
4. Accompany visiting inspectors representing public or other
agencies having jurisdiction over the Project, record the
results of these inspections and report to Engineer.
D. Interpretation of Contract Documents: Report to Engineer when
clarifications and interpretations of the Contract Documents are
needed and transmit to Engineer. Transmit to Contractor decisions
as issued by Engineer.
E. Modifications: Consider and evaluate Contractor's suggestions for
modifications in Drawings or Specifications and report with RPR's
recommendations to Engineer. -Transmit to Contractor decisions as
issued by Engineer.
F. Records:
1. Maintain at the job site orderly files for correspondence,
reports of job conferences, Shop Drawings and samples,
reproductions of original Contract Documents including all
Work Directive Changes, Addenda, Change Orders, Field Orders,
additional Drawings issued subsequent to the execution of the
Contract, Engineer's clarifications and interpretations of the
Contract Documents, progress reports, and other Project
related documents.
2687-94 00805 - 4
71
2. Keep a diary or log book, recording Contractor hours on the
job site, weather conditions, data relative to questions of
Work Directive Changes, Change Orders or changed conditions,
t list of job site visitors, daily activities, decisions,
observations in general, and specific observations in more
detail as in the case of observing test procedures; and send
copies to Engineer.
3. Record names, addresses and telephone numbers of all
Contractors, subcontractors and major suppliers of materials
and equipment.
G. Reports:
1. Furnish Engineer periodic reports as required of progress of
the Work and of Contractor's compliance with the progress
schedule and schedule of Shop Drawing and sample submittals.
2. Consult with Engineer in advance of scheduled major tests,
inspections or start of important phases of the Work.
3. Draft proposed Change Orders and Work Directive Changes,
obtaining backup material from Contractor and recommend to
Engineer Change Orders, Work Directive Changes, and Field
Orders.
PIS, 4. Report immediately to Engineer and Owner upon the occurrence
of any accident.
H. Payment Requests: Review applications for payment with Contractor
for compliance with the established procedure for their submission
and forward with recommendations to Engineer, noting particularly
the relationship of the payment requested to the schedule of values.
Work completed and materials and equipment delivered at the site but
not incorporated in the Work.
I. Certificates, Maintenance and Operation Manuals: During the course
of the Work, verify that certificates, maintenance and operation
manuals and other data required to be assembled and furnished by
Contractor are applicable to the items actually installed and in
accordance with the Contract Documents, and have this material
delivered to Engineer for review and forwarding to Owner prior to
final payment for the Work.
J. Completion:
1. Before Engineer issues a Certificate of Substantial
Completion, submit to Contractor a list of observed items
requiring completion or correction.
2. Conduct final inspection in the company of Engineer, Owner,
and Contractor and prepare a final list of items to be
completed or corrected.
3. Observe that all items on final list have been completed or
corrected and make recommendations to Engineer concerning
�,. acceptance.
2687-94 00805 - 5
K. Limitations of Authority:
Resident Project Representative:
1. Shall not authorize any deviation from the Contract Documents
or substitution of materials or equipment, unless authorized
by Engineer.
2. Shall not exceed limitations of Engineer's authority as set
forth in the Agreement or the Contract Documents.
3. Shall not undertake any of the responsibilities of Contractor,
subcontractors or Contractor's superintendent.
4. Shall not advise on, issue directions relative to or assume
control over any aspect of the 'means, methods, techniques,
sequences or procedures of construction unless such advice or
directions are specifically required by the Contract
Documents.
5. Shall not advise on, issue directions regarding or assume
control over safety precautions and programs in connection
with the Work. —
6. Shall not accept Shop Drawing or sample submittals from anyone
other than Contractor.
7. Shall not authorize Owner to occupy the Project in whole or in
part.
B. Shall not participate in specialized field or laboratory tests
or inspections conducted by others except as specifically
authorized by Engineer.
2687-94 00805 - 6
.o
i
SECTION 01010
SUMMARY OF WORK
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Work covered by Contract Documents
B. Contractor use of site.
C. Owner occupancy.
1.2 RELATED SECTIONS
A. General Conditions of the Agreement.
B. Section 00805 - Supplementary General Conditions.
1.3 WORK COVERED BY CONTRACT DOCUMENTS
A. Identification: City of Lubbock, Texas "Flexible Membrane and
Leachate Collection System."
B. Location: City of Lubbock, Texas, Municipal Solid Waste Landfill.
C. Verbal Summary: Without force or effect on requirements of the
Contract Documents a brief description of the Project is as
follows:
60 mil high density polyethylene liner: smooth SF 128,000
60 mil high density polyethylene liner: textured SF 45,000
12 oz Geotextile Cushion SF 115,700
Geocomposite drainage layer SF 42,500
Gravel drainage material on floor and around pipe CY 4,330
6 oz Geotextile SF 117,400
6-inch leachate collection piping and appurtenances LF 560
1-foot thick protective soil cover SY 12,900
2-foot thick protective soil cover SY 5,000
1.4 CONTRACTOR USE OF SITE
A. Limit use of site to allow one Owner occupancy.
B. Construction Operations will be limited to areas adjacent to
construction site as designated by the Owner.
r
2687-94
01010 - 1
1.5 OWNER OCCUPANCY
A. The Owner will occupy the site during construction for the conduct
of normal operations.
B. Cooperate with Owner to minimize conflict, and to facilitate
Owner's operations.
C. Schedule the Work to accommodate this requirement.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
2687-94 01010 - 2
SECTION 01019
CONTRACT CONSIDERATIONS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Application for Payment.
B. Change procedures.
1.2 RELATED SECTIONS _
A. Section 01300 - Submittals: Schedule of Values.
B. Section 01600 - Material and Equipment: Product substitutions.
1.3 APPLICATIONS FOR PAYMENT
A. Submit four copies of each application to the Engineer.
B. Payment Period: As defined in Owner -Contractor agreement.
C. Waiver of liens from subcontractor.
1.4 CHANGE PROCEDURES
A. The Engineer will advise of minor changes in the Work not involving
an adjustment to Contract Sum/Price or Contract Time.
B. Execution of Change Orders: Engineer will issue Change Orders for
signatures of parties as provided in the General Conditions of the
Contract.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
2687-94 01019 - 1
r
=-.-I
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1 GENERAL
The unit price or lump sum price bid on each item, as stated in the proposal,
shall include furnishing all labor, superintendence, machinery, equipment, and
materials necessary or incidental to complete the various items of work in
accordance with the plans and specifications. Cost of work or materials shown
on the plans or called for in the specifications and for which no separate
payment is made shall be included in the bid prices on the various items.
1.1 FLEXIBLE MEMBRANE LINER (SMOOTH AND TEXTURED)
Payment will be made for providing and installing a 60 mil thick, high
density polyethylene liner including all labor, equipment, materials, supplies,
etc., for complete installation. Price should include cost of anchor trench
construction and compaction of backfill after liner installation. Payment will
be made for the actual measured square footage of the liner installed.
1.2 GEOTEXTILE CUSHION
Payment will be made for installation of the geotextile cushion that will
be placed on top of the smooth HDPE liner. Price will include all labor,
material, equipment and superintendence as necessary to install the fabric.
Payment will be for actual measured square footage of the layer installed.
1.3 GRAVEL DRAINAGE LAYER
Payment will be made for providing and placing the gravel drainage material
including all labor, equipment, materials, supplies, etc. for a complete drainage
... layer installation. Payment will be made for the actual measured cubic yardage
of the gravel installed.
1.4 GEOCOMPOSITE DRAINAGE LAYER
Payment will be made for providing and installing the geocomposite drainage
layer including all labor, equipment and superintendence. Price should include
cost of anchor trench construction and compaction of backfill after geocomposite
installation. Payment will be made for actual measured square footage of the
layer installed.
1.5 6-INCH PE PIPING
Payment will be made for providing and installing the perforated and any
non perforatedpolyethylene i e bends tees etc., including all labor,
P pipe, � � g
equipment, and superintendence. Payment will be made for actual measured linear
feet of the pipe installed.
r
s
2687-94 01025 - 1
9
1.6 GEOTEXTILE FABRIC
Payment will be made for installation of the geotextile fabric that will
be placed on top of the gravel drainage layer. Price will include all labor,
material, equipment and superintendence as necessary to install the fabric.
Payment will be made for actual measured square footage of the fabric installed.
1.7 PROTECTIVE,SOIL COVER
Contractor will place all protective soil on top of the liner system.
Payment will be made for installation soil cover material that is available on
site. Price will include all labor, material, equipment and superintendence as
necessary to install the fabric. Payment will be made for actual measured square
yardage of the 1-foot and 2-foot thick protective cover.
1.8 FINAL CLEANUP
The Contractorshall make a final cleanup of all parts of the work before
final acceptance of the work by the Owner. This cleanup shall include, among
other things, removing all construction materials and in general preparing the
site of the work in an orderly manner.
The cost of cleanup shall be included as a part of the cost of the various
items of work involved and no direct compensation will be made for this work.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used.
END OF SECTION
2687-94 01025 - 2
Poo
F
7 SECTION 01039
COORDINATION AND MEETINGS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Coordination.
B. Field engineering.
C. Site mobilization conference.
1.2 RELATED SECTIONS
A. General Conditions of the Agreement.
B. Section 00805 Supplementary General Conditions.
1.3 COORDINATION
A. Coordinate scheduling, submittals, and Work of the various Sections
of specifications to assure efficient and orderly sequence of
installation of interdependent construction elements, with
provisions for accommodating items installed later.
B. Coordinate completion and clean up of Work of separate Sections in
preparation for Substantial Completion and for portions of Work
designated for Owner's occupancy.
1.4 FIELD ENGINEERING
A. Control datum for survey is that shown on Drawings.
t B. Provide field engineering services. Establish elevations, lines,
and levels, utilizing recognized engineering survey practices.
1.5 SITE MOBILIZATION CONFERENCE
A. Engineer will schedule a conference at the Project site prior to
Contractor occupancy.
B. Attendance Required: Engineer and Contractor's Superintendent.
C. Agenda:
1. Use of premises by Owner and Contractor.
2. Owner's requirements.
3. Construction facilities and controls provided by Owner.
4. Temporary utilities provided by Owner.
5. Survey layout.
6. Security and housekeeping procedures.
r 7. Schedules and Coordination.
8. Procedures for testing.
9. Procedures for maintaining record documents.
w
l
2687-94 01039 - 1
r
E
1.6 WEEKLY MEETINGS
A. A weekly meeting shall be held at the work area just prior to
commencement of the work week. At minimum, the meeting will be
attended by the Contractor and the Engineer. The purpose of the
meeting is to:
1. Review the work activity and location for the week. _
2. Discuss the Contractor's personnel assignment for the week.
3. Review the previous week's activity.
4. Review the work schedule.
5. Discuss the possible -problem areas and situations.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
2687-94 01039 -2
r�
SECTION 01090
REFERENCE STANDARDS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Quality assurance.
B. Schedule of references.
1.2 RELATED SECTIONS
A. General Conditions of the Agreement.
B. Section 00805 - Supplementary General Conditions.
1.3 QUALITY ASSURANCE
A. For products or workmanship specified by association, trade, or
Federal Standards, comply with requirements of the standard, except
when more rigid requirements are specified or are required by
applicable codes.
B. Conform to reference standard by date of issue current on date for
receiving bids.
C. Obtain copies of standards when required by Contract Documents.
1.4 SCHEDULE OF REFERENCES
ACI American Concrete Institute
Box 19150, Reford Station
Detroit, MI 48219
ASTM American Society for Testing and Materials
1916 Race Street
Philadelphia, PA 19103
CRSI Concrete Reinforcing Steel Institute
933 Plum Grove Road
Schaumburg, IL 60195
NSWMA National Solid Wastes Management Association
1730 Rhode Island Ave., N.W.
Washington, DC 20036
TNRCC Texas Natural Resource Conservation Commission
Box 13087
Austin, Texas 78711-3087
PART 2 PRODUCTS
Not Used
2687-94 01090 - 1
r-
PART 3 EXECUTION
Not Used
END OF SECTION
2687-94 01090 2
r
P*
SECTION 01300
SUBMITTALS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Submittal procedures,
B. Resubmittal requirements,
C. Construction progress schedules.
D. Proposed products list,
E. Shop drawings.
F. Product data.
G. Manufacturers' instructions.
H. Manufacturers' certificates.
1.2 RELATED SECTIONS
A. General Conditions of the Agreement.
B. Section 00805 - Supplementary General Conditions.
C. Section 01400 - Quality Control: Manufacturers' field services and
reports.
D. Section 01700 - Contract Closeout: Contract warranty, manu-
facturer's certificates and closeout submittals.
1.3 SUBMITTAL PROCEDURES
A.
Transmit each submittal with Contractor's standard transmittal
letter including Contractor's name, address and phone number.
B.
Identify Project, Contractor, Subcontractor or supplier; pertinent
Drawing sheet and detail number(s), and specification Section
number, as appropriate.
C.
Apply Contractor's stamp, signed or initialed certifying that
review, verification of Products required, field dimensions,
adjacent construction Work, and coordination of information, is in
accordance with the requirements of the Work and Contract
Documents.
D.
Schedule submittals to expedite the Project, and deliver to
i"
Engineer at his business address. Coordinate submission of related
items.
E.
Identify variations from Contract Documents and Product or system
►�
limitations which may be detrimental to successful performance of
the completed Work.
F.
Provide space for Contractor and Engineer review stamps.
G.
Distribute copies of reviewed submittals to concerned parties.
Instruct parties to promptly report any inability to comply with
provisions.
2687-94 01300 1
1.4 RESUBMITTAL REQUIREMENTS
A. Revise initial submittal as required identifying all changes made
since previous submittal and resubmit to meet requirements as
specified.
B. Mark as RESUBMITTAL.
1.5 CONSTRUCTION PROGRESS SCHEDULES
A. Submit initial progress schedule in duplicate within 15 days after
date established in Notice to Proceed for Engineer review.
B. Revise and resubmit as required.
C. Indicate submittal dates required for shop drawings, product data,
samples, and product delivery dates.
1.6 PROPOSED PRODUCTS LIST
A. Within 15 days after date of Notice to Proceed, submit complete
list of major products proposed for use, with name of manufacturer,
trade name, and model number of each product.
B. For products specified only by reference standards, give
manufacturer, trade name, model or catalog designation, and
reference standards.
1.7 SHOP DRAWINGS
A. Submit in a reproducible form.
B. Submit the number of reproductions which Contractor requires, plus
three copies which will be retained by Engineer.
C. Drawing size shall be minimum 81h x 11 inches and maximum of 24 x 36
inches.
1.8 PRODUCT DATA
A. Submit the number of copies which the Contractor requires, plus
three copies which will be retained by the Engineer.
B. Mark each copy to identify applicable products, models, options,
and other data.
C. Include recommendations for application and use, compliance with
specified standards of trade associations and testing agencies.
D. Include notation of special coordination requirements for
interfacing with adjacent work.
E. After review, distribute in accordance with Article on Procedures
above and provide copies for Record Documents described in Section
01700 - Contract Closeout.
1.9 MANUFACTURER'S INSTRUCTIONS
A. When specified in individual specification Sections, submit
manufacturers' printed instructions for delivery, storage,
assembly, installation, start-up, adjusting, and finishing, in
quantities specified for Product Data.
B. Identify conflicts between manufacturers' instructions and Contract
Documents.
2687-94 01300 - 2
r
r■
1.10 MANUFACTURER'S CERTIFICATES
A. When specified in individual specification Sections, submit
manufacturers' certificate to Engineer for review, in quantities
specified for Product Data.
B. Indicate material or product conforms to or exceeds specified
requirements. Submit supporting reference date, affidavits, and
certifications as appropriate.
C. Certificates may be recent or previous test results on material or
Product, but must be acceptable to Engineer.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not used
END OF SECTION
F
2687-94 01300 - 3
r
i
r
SECTION 01400
QUALITY CONTROL
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Quality assurance and control of installation.
B. Inspection and testing laboratory services.
1.2 RELATED SECTIONS
A. General Conditions of the Agreement.
B. Section 00805 - Supplementary General Conditions.
C. Section 01090 - Reference Standards.
D. Section 01300 - Submittals: Submission of Manufacturers'
Instructions and Certificates.
E. Section 01600 - Material and Equipment: Requirements for material
and product quality.
1.3 QUALITY ASSURANCE/CONTROL OF INSTALLATION
A. Monitor quality control over suppliers, manufacturers, Products,
services, site conditions, and workmanship, to produce Work of
specified quality.
B. Comply fully with manufacturers' instructions, including each step
in sequence.
C. Should manufacturers' instructions conflict with Contract
Documents, request clarification from Engineer before proceeding.
D. Perform work by persons qualified to produce workmanship of
specified quality.
1.4 INSPECTION AND TESTING LABORATORY SERVICES
A. Contractor will perform all testing services of flexible liner.
B. Owner will appoint, employ, and pay for services of an independent
firm to perform inspection and testing if deemed necessary.
C. The Contractor or the independent firm will perform inspections,
tests, and other services specified in individual specification
Sections and as required by the Engineer.
D. Reports will be submitted by the Contractor or the independent firm
to the Engineer, in triplicate, indicating observations and results
of tests and indicating compliance or non-compliance with Contract
Documents.
E. Retesting required because of non-conformance to specified
requirements shall be performed by the same independent firm on
instructions by the Engineer. Payment for retesting will be
charged to the Contractor.
r
2687-94 01400 - 1
2687-94 01400 - 2
rSECTION 01500
r
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Temporary Utilities: Electricity, water, and sanitary facilities.
B. Temporary Controls: Barriers, water control, protection of the
Work, and security.
C. Construction Facilities: Progress cleaning and removal of
utilities.
1.2 RELATED SECTIONS
A. General Conditions of the Agreement.
t B. Section 00805 - Supplementary General Conditions.
C. Section 01700 - Contract Closeout: Final cleaning.
1.3 TEMPORARY ELECTRICITY
t"' A. Provide temporary electric feeder from the existing electrical
service as needed for Contractor's operations.
B. Owner will pay cost of energy used. Exercise measures to conserve
r energy.
C. Provide power outlets for construction operations, with branch
` wiring and distribution boxes located as required by Contractor's
operations. Provide flexible power cords as required.
D. Provide main service disconnect and overcurrent protection at
convenient location in conformance with National Electrical Code.
1.4 TEMPORARY WATER SERVICE
A. Connect to existing water source for construction operations.
B. Owner will pay cost of water used. Exercise measures to conserve
water.
1.5 TEMPORARY SANITARY FACILITIES
A. Provide and maintain required facilities and enclosures.
B. Permanent building facilities shall not be used during construction
operations. Maintain daily in clean and sanitary condition.
1.6 BARRIERS
Provide barriers to prevent unauthorized entry to construction areas,
to allow for Owner's use of site, and to protect existing facilities
and adjacent properties from damage from construction operations and
demolition.
r
2687-94 01500 - 1
i"
1.7 WATER CONTROL
A. Grade site to drain. Maintain excavations free of water.
B. Protect site from puddling or running water. Provide water
barriers as required to protect site from soil erosion.
1.8 PROTECTION OF INSTALLED WORK
Protect installed Work and provide special protection where specified
in individual specification Sections.
1.9 SECURITY
Provide security and facilities to protect Work from unauthorized
entry, vandalism, or theft.
1.10 PROGRESS CLEANING
A. Maintain areas free of waste materials, debris, and rubbish.
Maintain site in a clean and orderly condition.
B. Remove waste materials, debris, and rubbish from site and dispose
on existing working face at intervals as required to maintain clean
site.
1.11 REMOVAL OF UTILITIES
Restore existing facilities used during construction to original
condition. Restore permanent facilities used during construction to
specified condition.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
2687-94 01500 - 2
SECTION 01600
MATERIAL AND EQUIPMENT
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Products.
r B. Transportation and handling.
C. Storage and protection.
D. Product options.
1.2 RELATED SECTIONS
A. General Conditions of the Agreement.
B. Section 00805 - Supplementary General Conditions.
C. Section 01400 - Quality Control: Product quality monitoring.
1.3 PRODUCTS
Products mean new material, components, and systems forming the Work.
Does not include machinery and equipment used for preparation,
fabrication, conveying and erection of the Work.
1.4 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery
1. Deliver materials, products and equipment to the project site
in undamaged condition in manufacturer's original, unopened
containers or packaging, with identifying labels intact and
legible.
2. Promptly inspect shipments to assure that products comply with
requirements, quantities are correct, and products are
undamaged.
3. Provide equipment and personnel to handle products by methods
to prevent soiling, disfigurement, or damage.
4. Arrange deliveries in accordance with the construction schedule
and in ample time to facilitate inspection prior to
installation to avoid unnecessary delays in the construction
process.
B. Storage
1. Store and protect products in accordance with manufacturer's
instructions, with seals and labels intact and legible. Store
sensitive products in weather -tight, climate controlled
enclosures.
2. For exterior storage of fabricated products, place on sloped
supports, above ground.
3. Provide off -site storage and protection when site does not
permit on -site storage or protection.
4. Cover products subject to deterioration with impervious sheet
covering. Provide ventilation to avoid condensation.
2687-94 01600 - 1
I
5. Store loose granular materials on solid flat surfaces in a
well -drained area. Provide cover to stockpile to prevent
windblown' contaminants from mixing with the stockpile.
Granular materials shall not be stored on bare ground or
asphalt surfaces.
C. Handling
1. Handle materials, products and equipment in a manner prescribed
by manufacturer or specified to protect from damage during
storage and installation.
1.5 PRODUCT OPTIONS
Products Specified by Reference Standards or by Description Only: Any
product meeting those standards or description.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not used
END OF SECTION
2687-94 01600 - 2
i PM
SECTION 01700
f
CONTRACT CLOSEOUT
PART 1 GENERAL
1.1 SECTION INCLUDES
r" A. Closeout procedures.
B. Final cleaning.
C. Project record documents.
D. Warranties.
1.2 RELATED SECTIONS
�., A. General Conditions of the Agreement.
B. Section 00805 - Supplementary General Conditions.
C. Section 01500 - Construction Facilities and Temporary Controls:
Progress cleaning.
1.3 CLOSEOUT PROCEDURES
f- A. Submit written certification that Contract Documents have been
reviewed, Work has been inspected, and that Work is complete in
accordance with Contract Documents and ready for Engineer's
inspection.
B. Provide submittals to Engineer that are required by governing or
other authorities.
C. Submit final Application for Payment identifying total adjusted
(' Contract Sum, previous payments, and sum remaining due.
1.4 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
B. Remove waste and surplus materials, rubbish, and construction
facilities from the site.
1.5 PROJECT RECORD DOCUMENTS
r
E
2687-94
A. Maintain on site, one set of the following record documents; record
actual revisions to the Work:
1. Contract Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other Modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
6. Final seam layout of all liner sections.
B. Store Record Documents separate from documents used for
construction.
C. Record information concurrent with construction progress.
D. Submit documents to Engineer with claim for final Application for
Payment.
01700 - 1
r
1.6 WARRANTIES
A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and
manufacturers.
C. Submit prior to final Application for Payment.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
2687-94 01700 - 2
{
SECTION 02245
FLEXIBLE MEMBRANE LINER
PART 1 GENERAL
r
1.1 RELATED DOCUMENTS
r' The following documents apply to the work of this Section.
6
A. Project Drawings.
B. General, Conditions of the contract for Construction, and
r" Supplementary Conditions.
1.2 SECTION INCLUDES
A. High Density Polyethylene (HDPE) flexible membrane liner (FML).
B. Installation of HDPE FML.
1.3 RELATED SECTIONS
A. Section
02246 - Geotextile Fabrics.
r-
B. Section
02247 - Geocomposite Drainage Layer.
C. Section
02248 - Gravel Drainage Layer.
D. Section
02250 - Leachate Collection systems.
r1.4
REFERENCES
Applicable Publications:
The publications listed below form a part of
this specification to the extent referenced. The publications are
referred to
in the text by the basic designation only. The latest
publication
in use at the time of the executed contract will be the one
r••
that governs
this project.
AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS
D 413
Rubber Property -Adhesion to Flexible Substrate
D 638
Tensile Properties of Plastics
l
D 746
Brittleness Temperature of Plastics and Elastomers
by Impact
D 882
Tensile Properties of Thin Plastic Sheeting
D 1004
Initial Tear Resistance of Plastic Film and Sheeting
D 1204
Linear Dimensional Changes of Nonrigid
Thermoplastic Sheeting or Film at Elevated
r'
R
Temperature
D 1238
Flow Rates of Thermoplastic by Extrusion
Plastometer
t
2687-94
02245 - 1
r-
D 1505 Standard Test Method for Density of Plastics by
the Density -Gradient Technique
D 1593 Nonrigid Vinyl Chloride Plastic Sheeting
D 1603 Carbon Black in Olefin Plastics
D 1693 Environmental Stress Cracking of Ethylene Plastics
D 1822 Tensile Impact Energy to Break Plastics and
Electrical Insulating Materials
D 5199 Standard Test Method for Measuring Nominal
Thickness of Geotextile and Geomembranes
NATIONAL SANITATION FOUNDATION
Standard 54 Flexible membrane Liners
TEXAS NATURAL RESOURCE CONSERVATION COMMISSION
TNRCC, 30 TAC Chapter 330
TNRCC, Liner Handbook
CITY OF LUBBOCK
Permit No. 0069
1.5 QUALITY ASSURANCE
Texas Natural Resource Conservation
Commission, Municipal Solid Waste
Management Regulation.
Liner Construction and Testing
Handbook Published in accordance with
§330.6, July 1, 1994.
City of Lubbock, TNRCC Permit, MSW
#0069.
A. Manufacturing
The Manufacturer shall be listed by the National Sanitation
Foundation as having met Standard 54 for Flexible Membrane Liners,
and shall have at least five (5) years continuous experience in the
manufacture of HDPE geomembrane rolls and/or experience totaling
10,000,000 square feet of manufactured HDPE geomembrane. The
manufacturer shall permit the owner and the Engineer to visit the
manufacturing plant.
B. Installation
The installation contractor shall be the manufacturer or an
approved contractor trained and licensed to install the
manufacturer's geomembrane.
Installation shall be performed under the constant direction of a
single Field Installation Supervisor who shall remain on site and
be responsible, throughout the liner installation, for liner
layout, seaming, patching, testing, repairs, and all other
activities by the Installer. This Installation Supervisor shall
2687-94 02245 2
r
have installed or supervised the installation and seaming of a
minimum of 2,000,000 square feet of HDPE geomembrane. Actual
seaming shall be performed under the direction of a Master Seamer
l (who may also be the Installation Supervisor) who has seamed a
minimum of 2,000,000 square feet of HDPE geomembrane, using the
same type of seaming apparatus specified in the current project.
r This Installation Supervisor and/or Master Seamer shall be present
whenever seaming is performed.
1.6 SUBMITTALS
A. Manufacturer
1. Quality control program and manual, or descriptive
documentation.
2._ List of material properties and samples of liner.
3. A list documenting no less than 5 completed facilities totaling
a minimum of 2,000,000 square feet.
4. Certification that all resin used in the manufacture of
geomembrane for this job meets the specifications.
5. Copy of quality control certificates issued by the HDPE resin
supplier.
6. Copy of quality control certificates in conformance with
Sections 2.2 and 2.5.
7. Certification that the geomembrane and extrudate produced for
this project have the same properties.
B. Installation Contractor
1. Certification that both the Installation Supervisor for the
installer and the Master Seamer have reviewed the Quality
Assurance Plan, the Project Plans, and these specifications.
2. Three (3) samples of factory seams, if applicable. In addition,
the Contractor shall submit three field seam samples. The
Contractor shall also provide a list of seam properties,
minimum values (see section 2.4), and test methods employed.
3. A list of at least 5 completed facilities, totaling a minimum
of 2,000,000 square feet for which the Contractor has installed
an HDPE geomembrane.
4. Proposed Installation Panel layout identifying seams and
details.
Layout plan must be approved by the Engineer at least 10 days
r" before materials are ordered. The panel layout must provide a
e.. numbering scheme to be used in quality control/assurance
procedures and shall provide that:
• Seams run up and down slopes.
• Field seam lengths are to be minimized.
• FML shall not have any penetrations.
5. Written certification that Installer is capable of performing
all necessary construction testing as required by the TNRCC.
r 6. Any proposed variance or deviation from these documents shall
be submitted in writing by the Installer to the Engineer a
minimum of seven (7) working days prior to the scheduled start
of geomembrane installation and will be accepted/rejected by
the Engineer prior to start of installation activities.
2687-94 02245 - 3
I
1.7 WARRANTY
A written Warranty shall be obtained from the Manufacturer (for
material) and the Installation Contractor (for workmanship). These
documents shall warrant the quality of the in -place liner.
A. Manufacturer
Furnish a written warranty on a prorate basis for a period of 20
years. The warranty shall be against manufacturing defects or
workmanship and against deterioration due to ozone, ultraviolet or
other normal weather aging. The warranty shall be limited to
replacement of material only, and shall not cover installation.
B. Installation Contractor
Furnish a written warranty that the entire lining installed to be
free of defects in material and workmanship and installed pursuant
to the City of Lubbock "Soil and Liner Quality Control Plan"
(SLQCP) for a period of 2 years following the date of the
Certificate of Completion. The Contractor shall agree to make any
repairs or replacements made necessary by defects in materials or
workmanship which become evident during the 2 year warranty period.
1.8 DELIVERY, STORAGE AND HANDLING
A. Transportation
The geomembrane rolls or panels shall be packaged and shipped by
appropriate means so that no damage is caused. Transportation shall
be the responsibility of the Installer.
B. Delivery
Off-loading and storage of the geomembrane is the responsibility of
the Installer. The Installer shall be responsible for replacing any
damaged or unacceptable material at no cost to the Owner. No
off-loading shall be done unless the Engineer is present. Damage
during off-loading shall be documented by the Engineer and
Installer. All damaged rolls must be separated from the undamaged
rolls until the proper disposition of that material has been
determined by the Owner's Representative. The Owner's
Representative will be the final authority on determination of
damage.
C. On -Site Storage
The geomembrane shall be stored so as to be protected from
puncture, dirt, grease, water, moisture, mud, mechanical abrasions,
excessive heat, or other damage.
The rolls shall be stored on a prepared surface (not wooden
pallets) and should not be stacked more than two rolls high.
2687-94 02245 - 4
7
PART 2 PRODUCTS
2.1 MATERIALS
A. The geomembrane shall be High -Density Polyethylene.
B. Gasket material shall be neoprene, closed cell medium, Yi inch
thick, 50 foot lengths with adhesive on one side, or other
compatible gasket materials as required.
C. Metal battens or straps and hardware shall be stainless steel.
D. Water cut-off mastic shall be a Neoprene Flashing Cement as
supplied by the manufacturer or as required.
E. Sealant shall be General Electric Silicone, RTV 103 or approved
equivalent.
F. Textured HDPE will have a coefficient of friction of FML to the
cover soil of not less than 22°.
2.2 GEOMEMBRANE RAW MATERIALS
The geomembrane shall be manufactured of new, first -quality resin and
shall be compounded and manufactured specifically for the intended
purpose. Carbon black shall be added to the resin if the resin is not
compounded for ultra -violet resistance. The resin manufacturer shall
certify each batch for the following properties.
The High Density Polyethylene (Compounded) resin shall meet the
following specifications:
Property Test Method Reguirements
Specific Gravity (ASTM* D 792 or 0.732 to 0.936 g/cc
ASTM D 1505)
Melt Index (ASTM D 1238 <0.1 g/10 min.
Condition E)
Carbon Black Content (ASTM D 1603) 2% to 3%
2.3 ROLLS
K
The geomembrane shall be supplied in rolls with a minimum width of 15
feet. Labels on each roll shall identify the thickness of the
material, the length and width of the roll, batch and roll numbers, and
name of manufacturer. The roll length shall be maximized to provide
the largest manageable sheet for the fewest field seams
The geomembrane rolls shall meet the properties shown on Table 1 for
smooth membrane material, and Table 2 for textured membrane material.
Prior to use, the material shall be certified in writing by the
manufacturer to meet the minimum physical properties shown on Tables 1
and 2. The certificate must include roll identification number,
testing procedure and test results. Test results are required for
every 50,000 square feet of material shipped to site.
2687-94 02245 - 5
F
TABLE 1
TYPICAL PROPERTIES: 60 mil, Smooth Liner
Property
Thickness, mils, minimum
Density (g/cc), minimum
Melt Index (g/10 min., maximum)
Carbon Black content (%)
Carbon Black Dispersion
Tensile Properties
1. Tensile Strength at Yield
(pounds/inch width)
2. Tensile Strength at Break
(pounds/inch width)
3. Elongation at Yield (X)
4. Elongation at Break (X)
5. Modulus of Elasticity
(1% secant; pounds/square inch)
Test Method
ASTM D 1593
ASTM D 1505
ASTM D 1238
ASTM D 1603
ASTM D 3015
ASTM D 638
Type IV specimen
at 2 inches/minute
Tear Strength (lbs.)_ ASTM D 1004 Die C
Puncture Resistance (lbs.) **FTMS 101 C 2031,(2065)
Hydrostatic Resistance ASTM D 751
(lbs./square inch)
Low Temperature Brittleness
Dimensional Stability
(% change max.)
Volatile Loss (%)
Resistance to Soil Burial
(% change max. in orig. value)
A. Tensile Strength at
Yield & Break
B. Elongation at Yield & Break
Ozone Resistance
7 days, 100 pphm
104°F, bent loop
Environmental Stress Crack
(hours)
ASTM D 746
ASTM D 1204
212°F, 15 min.
ASTM D 1203
ASTM D 3083
type IV specimen
at 2 inches/minute
ASTM D 1149
ASTM D 1693
Condition B
(modified NSF 54)
est Results*
60 t 6
0.94
0.4
2-3
A-1,A-2,B-1
140
240
13
700
90,000
45
80
495
<-940F
t2
0.4
10
10
no
cracks
>1500
Water Absorption (% change ASTM D 570 0.1
max in original weight)
Coefficient of Linear Thermal ASTM D 696 1.2
Expansion (cm/cm • °C) x 10-4
Moisture Vapor Transmission ASTM E 96 0.020
Rate (g/100 in! - day) 100°F, 100%
relative humidity
* All values, except when specified as minimum or maximum, represent average
lot property values.
** Federal Test Method Standards.
2687-94 02245 - 6
TABLE
TYPICAL PROPERTIES: 60 mil, Textured Liner
Property
Test Method
Test Results*
Thickness, mils, minimum average
ASTM D 1593
60 t 6
Density (g/cc), minimum
ASTM D 1505
0.94
Melt Index (g/10 min., maximum)
ASTM D 1238
0.4
Carbon Black content (%)
ASTM D 1603
2-3
Carbon Black Dispersion
ASTM D 3015
A-1,A-2,B-1
Tensile Properties
ASTM'D 638
1. Tensile Strength at Yield
Type IV specimen
125
(pounds/inch width)
at 2 inches/minute
2. Tensile Strength at Break
100
(pounds/inch width)
3. Elongation at Yield (%)
13
4. Elongation at Break (X)
100
Tear Strength (lbs.)
ASTM D 1004
45
Puncture Resistance (lbs.)
**FTMS 101 C 2065
80
Low Temperature Brittleness
ASTM D 746
<-940F
Dimensional Stability
ASTM D 1204
A
(% change max.)
212°F, 15 min.
Environmental Stress Crack
ASTM D 1693
>2000
(hours)
Condition B
(modified NSF 54)
* All values, except when specified as minimum or maximum,
represent average
lot property values.
** Federal Test Method Standards.
** FTB — Film Tear Bond
r
2687-94
02245 - .7
r
2.4 FIELD SEAMS
The field seams shall meet the following specifications:
ASTM D 4437 95% of manufacturer's
Shear Strength (as modified in App. A parent sheet strength
of NSF 54*) and >120ppi.
ASTM D 4437 62% of manufacturer's
Peel Strength (as modified in App. A parent sheet strength
of NSF 54*) and >78ppi.
Film Tear Bond**
* National Sanitation Foundation, Standard 54; "Flexible Membrane
Liners."
** Film Tear Bond (FTB) is defined as failure of one of the sheets by
tearing, instead of separating from the other sheet at the weld
interface area (sheet fails before weld).
1. Shear seam specimens are 1 inch wide, with a grip separation of
4 inches plus the width of the seam. The seam is to be centered
between the clamps. The grip separation rate is 2 ipm.
2. Both shear seam strength and peel tests shall be run on five
replicate specimens. A break through the weld or at the weld -sheet
interface shall be considered a Non-FTB (failure) in both seam
strength (shear) and peel strength tests.
3. Approved field seaming processes are hot shoe fusion welding and
extrusion welding.
4. Welding rods or beads used for extrusion welding shall be HDPE and
the physical properties shall be the same as those of the resin
used in the manufacture of the HDPE geomembrane.
2.5 QUALITY CONTROL SPECIFICATIONS
A. Raw Materials
1. Resin
All resins for use in Geomembrane must pass a candidate
pre -approval process before being eligible for use. Each
incoming rail car shall be sampled by compartment with the
following testing performed and compared to the
manufacturer's specifications:
• Density: ASTM D 1505.
• Melt Index: ASTM D 1238.
2687-94 02245 - 8
7
r
2. Additives
All additives and concentrates must pass a candidate
pre -approval process. All incoming materials are to be
statistically sampled with the following testing performed
and compared to the manufacturer's specifications:
• Density: ASTM D 1505.
r-0 Melt Index: ASTM D 1238.
• Carbon Black Content: ASTM D 1603.
B. Finished Product: On -Line During Production
1. Coverage
A minimum of one person from the Quality Department,
independent of the Production Department, shall be present
for on-line inspection of every roll for 100% of every run.
2. Inspection
Performed on each roll.
• Thickness
A full width sample shall be cut from the end of each
roll, and thickness shall be checked across the entire
sample.
• Appearance
Constant monitoring of:
a. Sheet surface appearance.
b. Knife -cut edge.
C. Folds, holes, creases, abrasions, or other
damage.
3. Roll Identification
The Q.C. Engineer controls all paperwork, including roll
tags. Four tags per roll shall be used on the following:
• On the roll sleeve.
• Inside the core.
• On the production roll sample.
• On the roll surface.
4. Out -of -Spec. Material
Any roll not meeting the specification for any of the above
inspections shall be placed on hold.
P` C. Finished Product: Laboratory During Production
1. Sampling
Test samples shall be obtained from the rolls of material to
r• be delivered to the site for conformance testing. The
j samples shall be tested for the following requirements at the
rates specified.
7 2687-94
2. Testing Requirements - Resin
a. Specific Gravity/Density
1) Test Method
2) Test Frequency
02245 - 9
ASTM D 1505
Not less than 1 test per
100,000 square feet with
not less than 1 test per
resin lot.
r
b.
Melt Flow Index
1)
Test Method
ASTM D 1238
2)
Test Frequency
Not less than 1 test per —
100,000 square feet with
not less than 1 test per
resin lot. r
3. Testing
Requirements - Finished Product
a.
Thickness
1)
Test Method
ASTM D 1593 (Textured), —
ASTM D 5199 (Smooth)
2)
Test Frequency
Leading edge of each
roll of material. 1 per r
5 foot of edge width
b.
Density
1)
Test Method
ASTM D 1505
2)
Test Frequency
Not less than 1 test per
100,000 square feet with
not less than 1 test per --
resin lot.
3)
Minimum Number of Tests
4
C.
Carbon Black Content
1)
Test Method
ASTM D 1603
2)
Test Frequency
Not less than 1 test per
100,000 square feet with
not less than 1 test per "-
resin lot.
3)
Minimum Number of Tests
'4
d.
Carbon Black Dispersion
—
l)
Test Method
ASTM D 3015
2)
Test Frequency
Not less than 1 test per
100,000 square feet with
not less than 1 test per
resin lot.
3)
Minimum Number of Tests
4
e.
Tensile Properties
1)
Test Method
ASTM D 638
2)
Test Frequency
Not less than 1 test per
100,000 square feet with
not less than 1 test per
resin lot.
3)
Minimum Number of Tests
4
f.
Puncture Resistance
_
1)
Test Method
FTM Std. 101C, Method
2)
Test Frequency
2065 Not less than 1
test per 100,000 square
feet with not less than
one test per resin lot.
3)
Minimum Number of Tests
4
2687-94 02245 - 10
r
g. Tear Resistance
1) Test Method ASTM D 1004
2) Test Frequency Not less than 1 test per
t 100,000 square feet with
not less than 1 test per
resin lot.
r' 3) Minimum Number of Tests '4
h. Dimensioned Stability (Shrinkage)
�. 1) Test Method ASTM D 1204, NSF 54
Modified
2) Test Frequency Not less than 1 test per
100,000 square feet with
.- not less than 1 test per
resin lot.
r 3) Minimum Number of Tests 4
I 4. Reporting
All results shall be logged into the batch file. Any testing
that yields "out -of -spec" results shall be brought to the
immediate attention of the Q.C. Manager. All material
produced after the last sample meeting all specifications
shall be retrieved and placed on hold.
D. Finished Product: Laboratory Post -Production
1. Sampling
Samples shall be taken at random from each batch.
2. Testing
0 Soil Burial: ASTM D 3083
• ESCR: ASTM D 1693
Low temperature: ASTM D 746
3. Reporting
All results shall be logged into the batch file. These
results shall be the official properties for that batch. Any
batch that fails any specification shall be placed on hold
for further evaluation.
PART 3 EXECUTION
3.1 ANCHOR TRENCH
The anchor trench shall be excavated to the line, grade, and width
shown on the construction drawings, prior to liner system placement.
The Engineer shall verify that the anchor trench has been constructed
according to construction drawings.
If the anchor trench is located in a clay susceptible to desiccation,
no more than the amount of trench required for the base geomembrane
to be anchored in one day shall be excavated to minimize desiccation
of the anchor trench soils.
2687-94 02245 - 11
Slightly rounded corners shall be provided in the trench where the
geomembrane adjoins the trench so as to avoid sharp bends in the
geomembrane.
3.2 PLACEMENT
A. The Installer shall be responsible for the following:
• No equipment or tools shall damage the geomembrane by
handling, trafficking, or other means.
• No personnel working on the geomembrane shall smoke, wear
damaging shoes, or engage in other activities that could
damage the geomembrane.
• The method used to unroll the panels shall not cause
scratches or crimps in the geomembrane and shall not cause
indentations in the supporting soil greater than one inch
deep or damage to the underlying geotextile.
• The method used to place the panels shall minimize wrinkles.
Wrinkles shall be identified as to proper location and
compensation shall be identified on the Contractor's and
Engineer's drawings. Ballast shall be used to prevent
relocation of the compensating wrinkles by wind.
• Adequate loading (e.g., sand bags or similar items that will
not damage the geomembrane) shall be placed to prevent uplift
by wind (in case of high winds, continuous loading is
recommended along edges of panels to minimize risk of wind
flow under the panels).
• Direct contact with. the geomembrane shall be minimized, i.e.,
the geomembrane in traffic areas is protected by geotextiles,
extra geomembrane, or other suitable materials.
B. Weather Limitations
Geomembrane deployment shall proceed between ambient temperatures
of 32•F to 104•F. Placement can proceed below 32•F only after it
has been verified by the Engineer that the material can be seamed
according to the specification. Below 40•F, preheat of the FML
may be requited.
Geomembrane placement shall not be done during any precipitation,
in the presence of excessive moisture (e.g., fog, rain, dew) or
in the presence of excessive winds, as determined by the
installation supervisor.
C. Factory Seam Quality Verifications
The Engineer will require the Contractor to test up to as much as
20% of factory fusion welds (non-destructive air pressure test
and/or vacuum test) in the field to verify factory test results.
Additional testing at the Installer's expense will be required if
failed tests are obtained in the field.
3.3 FIELD SEAMING
Seams shall be oriented parallel to the line of maximum slope, i.e.,
oriented down, not across the slope. In corners and odd -shaped
geometric locations, the number of field seams shall be minimized.
2687-94 - 02245 - 12
r
No base T-seam shall be closer than 5 feet from the toe of the slope.
Seams shall be aligned with the least possible number of wrinkles and
r "fishmouths." If a fishmouth or wrinkle is found, it shall be relieved
and cap -stripped.
A. Seam Overlap
Panels of geomembrane must have a finished overlap of a minimum
of 4 inches for hot shoe fusion welding and 3 inches for extrusion
welding, but in any event sufficient overlap shall be provided to
allow peel tests to be performed on the seam.
No solvent or adhesive may be used unless the product is approved
by the Owners Representative. (Samples shall be submitted to the
Design Engineer for testing and evaluation).
The procedure used to temporarily bond adjacent panels together
shall not damage the geomembrane; in particular, the temperature
of hot air at the nozzle of any spot welding apparatus shall be
controlled such that the geomembrane is not damaged.
B. Seaming Equipment and Accessories
Approved equipment for field seaming are hot shoe fusion welders
and extrusion welders.
1. Hot Shoe Welder, 110 Volt, 10 Amps.
2. Extrusion Welder, 220 Volt, 19 Amps.
3. High-speed, 10,000 rpm, 4% inch side grinder with 80-grit
discs.
4. 7.5 KW Generator, single-phase with 110/220 Volt Outputs.
5. Power Cord, minimum S.O. type, 10 O.S.H.A. approved
electrical cord with O.S.H.A. approved twist -type plugs and
connections.
6. Seam Vacuum Tester for non-destructive seam and patch
testing.
7. Field Tensiometer, capable of performing seam and peel
adhesion tests for quantitative testing on -site.
C. Test Seams
Field test seams shall be conducted on geomembrane liner to verify
that seaming conditions are satisfactory. Test seams shall be
conducted for each seamen at the beginning of each seaming period,
at the Engineer's discretion, and at least once! each 4 hours, for
each seaming apparatus used that day.
All test seams shall be made at a location selected by the
Engineer in the area of the seaming and in contact with the
subgrade. The test seam samples shall be 10 feet long for hot shoe
welding and 3 feet long for extrusion welding with the seam
centered lengthwise. Specimens 1 inch wide shall be cut from each
opposite end of the test seam by the Engineer. The Engineer shall
r
2687-94 02245 - 13
i
use a tensiometer provided by - the Installer to test these
specimens for shear and peel. If a test seam fails to meet field
seam specifications, the seaming apparatus and/or seamer shall not
be accepted and shall not be used for seaming until the
deficiencies are corrected and two consecutive successful full
test seams are achieved.
D. Non -Destructive Seam Testing
The Installer shall non-destructively test all field seams over
their full length. All test equipment, including but not limited
to the following shall be furnished by the Installer:
1. Vacuum Box testing
Equipment for testing single wedge fusion seams and extrusion
seams shall be comprised of the following:
• A vacuum box assembly consisting of a rigid housing, a
transparent viewing window, a soft rubber gasket
attached to the bottom, port hole or valve assembly, and
a vacuum gauge.
• A steel vacuum tank and pump assembly equipped with a
pressure controller and pipe connections.
• A rubber pressure/vacuum hose with fittings and
connections.
• A plastic bucket and wide paint brush.
• A soapy solution.
The following procedures shall be followed by the installer:
• Excess sheet overlap shall be trimmed away.
• Clean the window, gasket surfaces and check for leaks.
• Energize the vacuum pump and reduce the tank pressure to
approximately 3-5 psi.
• Wet a strip of geomembrane approximately 12 inches by 48
inches (length of box) with the soapy solution.
• Place the box over the wetted area and compress.
• Close the bleed valve and open the vacuum valve.
• Ensure that a leak tight seal is created.
• For a period of approximately 15 seconds, examine the
geomembrane through the viewing window for the presence
of soap bubbles.
• If no bubbles appear after 15 seconds, close the vacuum
valve and open the bleed valve, move''the box over the
next adjoining area with a minimum 3 inches overlap and
repeat the process.
• All areas where soap bubbles appear shall be marked and
repaired and then retested.
The following procedures shall apply to locations where seams
cannot be non-destructively tested, as determined by the
Engineer:
• If the seam is accessible to testing equipment prior to
final installation, the seam shall be non-destructively
tested prior to final installation.
2687-94 02245 - 14
• If the seam cannot be tested prior to final
installation, the seaming operations shall be observed
by the Engineer for uniformity and completeness.
2. Air Pressure Testing (For Double Fusion Seam Only)
The following procedures are applicable to those processes
which produce a double seam with an enclosed space.
Equipment for testing double fusion seams shall be comprised
of the following:
• An air pump equipped with pressure gauge capable of
generating and sustaining a pressure between 25 and 30
psi and mounted on a cushion to protect the geomembrane .
• A manometer equipped with a sharp hollow needle, or
other approved pressure feed device.
The following procedures shall be followed by the Installer:
• Seal one end of the seam to be tested.
• Insert needle or other approved pressure feed device
through the sealed end of the channel created by the
double wedge fusion weld.
• Energize the air pump to verify the unobstructed passage
of air through the channel.
• Seal the other end of the channel.
• Energize the air pump to a pressure between 25 and 30
psi, close valve, and sustain pressure: for approximately
5 minutes.
• If loss of pressure exceeds 4 psi, or pressure does not
stabilize, locate faulty area, repair and retest.
• Remove needle or other approved pressure feed device and
seal.
E. Destructive Seam Testing
The Installer shall provide the Engineer with a minimum of one
destructive test sample per 500 feet of seam length from a
location specified by the Engineer. The Installer shall not be
informed in advance of the sample location.
1. Sampling Procedure
In order to obtain test results prior to completion of liner
installation, samples shall be cut by the Installer as the
seaming progresses. A destructive test must be done for each
welding machine used for seaming or repairs. Sampling times
and locations shall be determined by the Engineer. The
Engineer must witness the obtainment of all field test
samples and the Installer shall mark all samples with their
location roll and seam number. The Installer shall also
record in written form the date, time, location, roll seam
number, ambient temperatures, and pass or fail description.
A copy of the information must be attached to each sample
portion. All holes in the geomembrane resulting from
obtaining the seam samples shall be immediately repaired. All
patches shall be vacuum tested.
r, 2. Size and Disposition of Samples
I
2687-94 02245 - 15
r-
i
The samples shall be 12 inches wide by 36 inches long with
the seam ,centered lengthwise. The sample shall be cut into
two equal length pieces, and given to the Engineer.
3. Field Testing
The Installer shall cut six 1-inch wide replicate specimens
from his sample and these shall be tested by the Engineer.
The Installer shall test two specimens (four when possible
for testing both tracks on dual -track fusion welded seams)
for peel strength. All tests to be witnessed by the
Engineer. To be acceptable, both test specimens must pass.
Any specimen that.fails through the weld or by adhesion at
the weldsheet interface is a Non-FTB break and shall be
considered a failure.
4. Independent Laboratory Testing
The Engineer will package and ship all destructive seam
samples to an independent testing Laboratory for
determination and verification of all field shear and peel
strengths. The test method and procedures to be used by the
Independent Laboratory shall be the same used in field
testing, where seam samples are 1 inch wide, and the grip
separation rate is 2 ipm. Theminimumpassing criteria for
independent laboratory testing are all three of the
following:
• All seam samples tested in the peel mode must fail in
FTB.
• At least four of five seam samples from each peel and
shear determination must meet the minimum specified
value.
• The average value from all five seam samples from each
peel and shear determination must meet the minimum
specified value.
The above criteria apply to both tracks from each dual -track
fusion welded seam before it is considered as passing. ALL
FAILED LAB TESTS WILL BE PAID FOR BY THE INSTALLER.
5. Archive Samples
The Installer will package and ship the remaining samples to
the Engineer for archival. The samples shall include
information that indicates where the sample was taken.
6. Procedures for Destructive Test Failure
The following procedures shall apply whenever a sample fails
the field destructive test:
• The installer shall cap strip the seam between the
failed location and any passed test location.
• The installer can retrace the welding path to an
intermediate location (at a minimum of 10 feet from the
location of the failed test), at the Engineer's
discretion, and take a small sample for an additional
field test. If this test passes, then the seam shall be
cap stripped between that location and the original
2687-94 02245 - 16
PM
' i
failed location. If
the test fails, then the process is
'
repeated.
Over the length of
seam failure, the Contractor shall
r
either cut out the
old seam, reposition the panel and
reseam, or add a cap
strip, as required by the Engineer.
• After reseaming or placement of the cap strip,
additional destructive
field test(s) shall be taken
within the reseamed
area. The reseamed sample shall be
found acceptable if
test results are approved by the
Engineer. If test
results are not acceptable, this
process shall be repeated until the reseamed length is
judged satisfactory
by the Engineer.
In the event that a sample fails a laboratory destructive
test, then the above procedures shall be followed,
considering laboratory tests exclusively.
The Engineer will document all actions taken in conjunction
with destructive test failures.
F. Defects and Repairs
All seams and non -seam areas of the geomembrane shall be inspected
by the Engineer for defects, holes, blisters, undispersed raw
materials, and any sign of contamination by foreign matter.
Because light reflected by the geomembrane helps to detect
defects, the surface of the geomembrane shall be clean at the time
of inspection. The geomembrane surface shall be brushed, blown,
or washed by the Installer if the amount of dust or mud inhibits
inspection. The Engineer shall decide if cleaning of the
geomembrane is needed to facilitate inspection.
1. Evaluation
Each suspect location in seam and non -seam areas shall be
non-destructively tested as appropriate in the presence of
the Engineer. Each location that fails the non-destructive
testing shall be marked by the Engineer, and repaired
accordingly.
2. Repair Procedures
• Defective seams shall be restarted/reseamed as described
in these specifications.
PM • Small holes shall be repaired by extrusion cap welding.
If the hole is larger than 1/4 inch, it shall be patched.
• Tears shall be repaired by patching. Where the tear is
�» on a slope or an area of stress and has a sharp end it
G must be rounded prior to patching.
• Blisters, large holes, undispersed raw materials, and
contamination by foreign matter shall be repaired by
patches.
• Surfaces of HDPE which are to be patched shall be
abraded and cleaned no more than 15 minutes prior to the
r repair. No more than 10% of the thickness shall be
removed.
Patches shall be round or oval in shape, made of the same
r. geomembrane, and extend a minimum of 6 inches beyond the edge
2687-94 02245 - 17
r
of defects. All patches shall be of the same compound and
thickness as the geomembrane specified. All patches shall
have their top edge beveled with an angle grinder prior to
placement on the geomembrane. Patches shall be applied using
approved methods only.
3. Restart/Reseaming Procedures
The welding process shall restart by grinding the existing
seam and rewelding a new seam. Welding shall commence where
the grinding started and must overlap the previous seam by at
least 2 inches. Reseaming over an existing seam without
regrinding shall not be permitted.
4. Verification of Repairs
Each repair shall be non-destructively tested, except when
the Engineer requires a destructive seam sample obtained from
a repaired seam. Repairs that pass the non-destructive test
shall be taken as an indication of an adequate repair. Failed
tests indicate that the repair shall be repeated and retested
until passing test results are achieved.
Recording of Results: daily documentation of all
non-destructive and destructive testing shall be provided to
the Engineer by the Installer. This 'documentation shall
identify all seams that initially failed the test and include
evidence that these seams were repaired and successfully
retested.
3.4 BACKFILLING OF ANCHOR TRENCH
The anchor trench shall be backfilled and compacted by the Installer.
Trench backfill material shall be liner quality material (ie.,
permeability — 1.Ox10-7 cm/sec or less), and placed in 8 inch thick
loose lifts. Individual lifts will be compacted to 90% of ASTM D 698
maximum density.
Care shall be taken when backfilling the trenches to prevent any
damage to the geomembrane, geotextiles, or geonets. At no time shall
construction equipment come into direct contact with the geomembrane,
geotextile, or geonet. If damage occurs, it shall be repaired by the
Installer prior to the completion of backfilling,
3.5 GEOMEMBRANE ACCEPTANCE
The Installer shall retain all ownership and responsibility for the
geomembrane until acceptance by the Owner. The surface of the
geomembrane shall not have striations, roughness, pinholes, or bubbles
and shall be free of holes, blisters, undispersed raw materials, or
any contamination by foreign matter; except that if in the opinion of
the Engineer the blemish will not adversely affect properties and use
of the geomembrane, the Engineer may accept the geomembrane after
sufficient laboratory test data are provided to support such
acceptance, and further, provided all such testing is done at the sole
expense of the Installer.
2687-94 02245 - 18
Pa
I
a
PM
f
i
Pw
The geomembrane liner shall be accepted by the Owner when all of the
following conditions are met:
• Installation is finished.
• Verification of the adequacy of all field seams and repairs,
including associated testing, is complete.
• Written certification, including "as built" drawing(s), is
provided by the Installer to the Engineer.
• Documentation of completed installation, including all reports is
complete.
• Acceptance of "Flexible Membrane Liner Evaluation Report" by the
TNRCC.
END OF SECTION
2687-94 02245 - 19
SECTION 02246
GEOTEXTILE FABRICS
PART 1
GENERAL
1.1
RELATED DOCUMENTS
A. Project Drawings.
B. General Conditions of the Contract for Construction, and
Supplementary
Conditions.
1.2
SECTION INCLUDES
A. Geotextile Fabric Specification.
B. Geotextile Fabric Installation. -
1.3
RELATED SECTIONS
A. Section 02245
- Flexible Membrane Liner.
B. Section 02247
- Geocomposite Drainage Layer.
C. Section 02248
- Gravel Drainage Layer.
D. Section 02250
- Leachate Collection systems.
1.4
REFERENCES
AMERICAN SOCIETY
FOR TESTING AND MATERIALS (ASTM) STANDARDS
D 1777
Practice for Conditioning Textiles for Testing
D 3776
Tensile Properties of Plastics
D 3786
Mullen Burst Strength Test
D 4354
Standard Practice for Sampling of Geotextiles for
Testing
D 4355
Standard Test Method for Deterioration of
Geotextiles from Exposure to Ultraviolet Light
D 4491
Water Transmissivity Test
D 4533
Trapezoidal Tear Strength Test
D 4632
Standard Test Method for Breaking Load and
Elongation of Geotextiles
2687-94
D 4751
D 4833 Standard Test Method for Index Puncture Resistance
of Geotextiles, Geomembranes, and Related Products
02246 - 1
1.5 SUBMITTALS
A. Shop Drawings and Product Data —
1. Manufacturer's product data.
2. Manufacturer's Installation Instructions.
B. Manufacturer's Certification
1. Manufacturer must certify that all geotextile fabric has been
inspected and that no broken needles are present in each roll
of material.
C. Contractor's Experience Record
1. Indicate experience of installing manufacturer's product.
2. Provide at least 5 reference names with'' recent telephone
numbers on past municipal solid waste landfill projects. —
1.6 QUALITY ASSURANCE
A. Manufacturer:
1. Certify that the company has at least 5 years experience.
2. Certify upon job completion that fabric was installed in
accordance with manufacturer's recommendations and in
conformance to the contract specifications.
B. Contractor
Certify experience exceeds 2,000,000 square feet of fabric in the
past ,5 years.
1.7 PACKAGING AND STORAGE
A. Rolled on a cardboard core and wrapped in plastic with sealed ends.
B. Material will be covered to block sunlight.
C. Store material in a manner to avoid contact with soil.
PART 2 PRODUCTS _
2.1 GEOTEXTILE FABRIC
A. Nonwoven fabric. B. Acceptable Material.
1. Polyester.
2. Polypropylene. —
2.2 GEOTEXTILE COMPONENTS
A. Geotextile Cushion. Located directly on top of'smooth and textured
flexible membrane liner.
B. Geotextile. Located directly on top of gravel drainage layer.
2687-94 02246 - 2
f
2.3 GEOTEXTILE CUSHION SPECIFICATIONS
PROPERTY
UNIT
TEST METHOD
MINIMUM
VALUE
Weight
oz/ydZ
ASTM D-3776
12.0 oz
Thickness, t
mils
ASTM D-1777
120
Grab Tensile
Strength
lbs
ASTM D-4632
275
Grab Elongation
%
ASTM D-4632
50
Mullen Burst
Strength
psi
ASTM D-3786
400
Puncture Strength
lbs
ASTM D-4833
130
Trapezoid Tear
Strength
lbs
ASTM D-4533
110
AOS
U.S.
Sieve No.
ASTM D-4751
70
Water Flow Rate
gpm/ft2
ASTM D-4491
60
Permittivity
sec-1
ASTM D-4491
0.6
Permeability
cm/sec
ASTM D-4491
0.25
U.V. Resistance
(500 hours)
%
strength
ASTM D-4355
70
2.4 GEOTEXTILE SPECIFICATIONS
PROPERTY
UNIT
TEST METHOD
MINIMUM
VALUE
Weight
oz/ydZ
ASTM D-3776
6.0
Thickness, t
mils
ASTM D-1777
75
Grab Tensile
Strength
lbs
ASTM D-4632
140
Grab Elongation
%
ASTM D-4632
50
Mullen Burst
Strength
psi
ASTM D-3786
220
Puncture Strength
lbs
ASTM D-4833
70
Trapezoid Tear
Strength
lbs
ASTM D-4533
60
F2687-94 02246 - 3
PROPERTY
UNIT
TEST METHOD
MINIMUM
VALUE
AOS
U.S.
Sieve No.
ASTM D-4751
70
Water Flow Rate
gpm/ft2
ASTM D-4491
100
Permittivity
sec
ASTM D-4491
1.50
Permeability
cm/sec
ASTM D-4491
0.25
U.V. Resistance
(500 hours)
%
strength
ASTM D-4355
70
PART 3 EXECUTION
3.1 EQUIPMENT
. All equipment, tools and machines used in the performance of the work -
shall be subject to approval prior to commencement of work. The
equipment shall be maintained in satisfactory working condition at all
times.
3.2 CONSTRUCTION INSPECTION
The Contractor shall conduct a visual inspection of each panel or sheet
as it is unrolled. The Engineer shall be notified of any damage.
3.3 GEOTEXTILE PLACEMENT
Material will be placed in the locations shown on the plans. Placement
shall be conducted by experienced and trained personnel, including
supervisors, foreman, and skilled laborers who are qualified and
approved by the manufacturer of the geotextile. All placement shall be
in strict accordance with the geotextile manufacturers recommendations.
The placement shall be performed to provide a complete sheet without
holes, tears, excessive wrinkles, creases, or other imperfections.
3.4 FIELD SEAMS
Seams should only run up and down the slope. Geotextile fabric may be
placed by overlapping the edges a minimum of 18-inches or by sewing a
2-inch to 4-inch overlapped seam. The contractor shall replace any
flexible membrane liner that is damaged as a result of the sewing
.process.
3.5 BALLAST
To protect installation from excessive wind, all geotextile fabric in
place must be protected by ballasting the fabric with weighted
sandbags. Sandbags must be placed as fabric is installed and not
removed until cover material is ready to be placed.
2687-94 02246 - 4
3.6 REPAIRS
Repairs to damaged geotextile fabric will be made in accordance with
the geotextile manufacturers recommendations.
2687-94
END OF SECTION
02246 - 5
r
SECTION 02247
GEOCOMPOSITE DRAINAGE LAYER
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Project Drawings.
B. General Conditions of the Contract for Construction, and
Supplementary Conditions.
1.2 SECTION INCLUDES
A. Dual Geotextile/high density polyethylene (HDPE) drainage geonet
'.►
geocomposite
specification.
B.
Geocomposite
installation.
1.3 RELATED SECTIONS
A.
Section 02245
- Flexible Membrane Liner.
B.
Section 02246
- Geotextile Fabrics.
C.
Section 02248
- Gravel Drainage Layer.
"
D.
Section 02250
- Leachate Collection Systems.
�..
1.4 REFERENCES
AMERICAN SOCIETY
FOR TESTING AND MATERIALS (ASTM) STANDARDS
D 413
Rubber Property -Adhesion to Flexible Substrate
D 638
Tensile Properties of Plastics
r
D 792
Specified Gravity and Density of Plastics by
Displacement
D 1238
Flow Rates of Thermoplastic by Extrusion
Plastometer
PM
D 1505
Test Method for Density of Plastics by the
Density -Gradient Technique
r-
D 1603
Carbon Black in Olefin Plastics
D 1777
Practice for Conditioning Textiles for Testing
D 3776
Tensile Properties of Plastics
D 3786
Mullen Burst Strength Test
r
D 4355
Standard Test Method for Deterioration of
Geotextiles from Exposure to Ultraviolet Light
2687-94 02247 - 1
r
D 4491 Water Transmissivity Test
D 4533 Trapezoidal Tear Strength Test .-
D 4632 Standard Test Method for Breaking Load and
Elongation of Geotextiles
D 4716
D 4751
D 4833 Standard Test Method for Index Puncture Resistance
of Geotextiles, Geomembranes, and Related Products
1.5 SUBMITTALS
A. Shop Drawings and Product Data `
1. Manufacturer's product data.
2. Manufacturer's Installation Instructions.
B. Manufacturer's Certification
1. Manufacturer must certify that all geotextile geocomposite has
been inspected and that no broken needles are present in each
roll of material.
C. Contractor's Experience Record
1. Indicate experience of installing manufacturer's product.
2. Provide at least 5 reference names with recent telephone
numbers on past municipal solid waste landfill projects.
1.6 QUALITY ASSURANCE
A. Manufacturer:
1. Certify that the company has at least 5 years experience.
2. Certify upon job completion that geocomposite was installed in
accordance with manufacturer's recommendations and in
conformance to the contract specifications.
B. Contractor
Certify experience exceeds 2,000,000 square feet of geocomposite in
the past 5 years.
1.7 MANUFACTURER'S CERTIFICATION
A. Manufacturer shall submit certification indicating material
delivered meets project specifications.
B. Heat -bonded HDPE drainage geonet/dual geotextile geocomposite will
be supplied in rolls which are tagged as follows:
1. Manufacturer's name.
2. Product Identification.
3. Lot Number.
2687-94 02247 - 2
4. Roll Number.
5. Dimensions of Roll.
1.8 STORAGE
A. Material shall be wrapped in plastic with sealed ends.
B. Material will be covered to block sunlight.
r C. Store material in a manner to avoid contact with soil.
PART 2 PRODUCTS
2.1 TYPE
A. Dual Geotextile/Geonet Geocomposite.
2.2 GENERAL
A. Manufacturing Procedure
Supplied geonet/geotextile geocomposite shall be manufactured by
heat bonding geotextile to both sides of geonet. No glue,
adhesive, or other foreign substance shall be permitted. No
product exhibiting burned through geotextiles shall be permitted.
B. Manufacturing Requirements
Supplied geonet/geotextile geocomposite shall be manufactured to
exhibit a bond between the HDPE drainage net and the geotextile, or
geotextiles, which shall be greater than that between soil and the
geotextile (average peel strength shall be t 1 lb. per inch per
ASTM D-413) . Peel strength shall be tested a minimum of once every
40,000 square feet of material manufactured.
2.3 HDPE DRAINAGE GEONET CORE
A. Manufacture Information
HDPE drainage geonet core shall be made by continuous extrusion of
a web, forming the geometry required to provide the specified
transmissivity as a homogeneous three-dimensional structure. The
resin shall be selected to provide an optimum combination of
strength, environmental resistance and resistance to the high
compressive loads that might reduce transmissivity. Geonet shall
contain stabilizers to prevent ultraviolet light degradation.
B. HDPE Drainage Geonet Core Properties
HDPE drainage geonet core shall be no less than 7.5 linear feet
wide. Other than listed material properties, core material shall
meet or exceed the following properties:
r
2687-94 02247 - 3
PROPERTY
TEST METHOD
MINIMUM VALUE
UNITS
Polymer Density
ASTM D792-1505
0.937
g/cni3
(-UV Stabilizer)
Carbon Black Content
ASTM D-1603
2-3
%
(Range)
Melt Index
ASTM D-1238-E
<1.0
g/10min
(Range)
Thickness
ASTM D-1777
220t22
mils
(Nominal)
Unit Weight
ASTM D-3776
0.194t0.0194
lbs/ft2
(Nominal)
(Option C)
Peak Tensile Strength MD
ASTM D-638-M
600t60
lbs/ft2
(Range)
@2% Strain MD
ASTM D-638-M
100t10
lbs/ft2
(Range)
Transmissivity @15,000 psf
ASTM D-4716
1 X 10-1
m2/sec min
(Min)
C. Geotextile Fabric Properties
Dual filter geotextile fabric bonded to both sides drainage geonet
shall be a nonwoven, needle punched polyester or polypropylene
fabric. Both sides of the geotextile shall conform to the
following properties:
PROPERTY
TEST METHOD
MINIMUM
VALUE
UNITS
Unit Weight (MARV)
ASTM D-3776
6.0
oz/yd2
Thickness (MARV)
ASTM D-1777
75.0
mils
Grab Tensile (MARV)
ASTM D-4632
140.0
lbs
Grab Elongation (MARV)
ASTM D-4632
50.0
%
Mullen Burst (MARV)
ASTM D-3786
220.0
psi
Puncture Resistance (MARV)
ASTM D-4833
70.0
lbs
Trapezoidal Tear (MARV)
ASTM D-4533
60.0
lbs
Permittivity (MARV)
ASTM D-.4491
100.0
gmf2
1.5
sec-1
Permeability (MARV)
ASTM D-4491
0.25
cm/sec
AOS (MARV)
ASTM D-4751
70
Sieve Size
U.V. Resistance (MARV)
ASTM D-4355
70
%
MARV — Minimum Average Roll Value
PART 3 EXECUTION
3.1 GENERAL
Exhibit care in keeping the geocomposite free of debris and clean prior
to installation. If not free from soil and debris, clean just prior to
installation.
2687-94 02247 - 4
r�
3.2 FIELD SEAMS
Field Seams should only run up and down slopes
When deploying, adjacent rolls may be butted net to net or overlapped
and upper layer of geotextile heat tacked every 4-to-5 linear feet or
sewn. If butted, net should be secured with plastic ties provided by
the manufacturer approximately every 4-to-5 linear feet along the roll
length. If overlapped, 1 tie every 5 linear feet is sufficient. No
metallic ties shall be used. Horizontal seams shall be tied at 1
linear foot intervals.
After securing net, geotextile can be overlapped, overlapped and heat
tacked every 4-to-5 linear feet, or sewn. Where sewn, geotextile
overlap, beyond edge of HDPE Geonet, before sewing, shall exhibit a
minimum average roll value of 6 inches. Geocomposite shall not be
welded to geomembrane.
3.3 PLACING
Contractor shall handle geocomposite in a manner which will ensure
against damage in any form. Install over flexible membrane liner
keeping tension on geocomposite; and position by hand, if necessary, to
minimize wrinkles.
Geocomposite shall not be placed across slope (in horizontal
direction).
3.4 BALLAST
Care shall be taken to avoid wind problems. Weight with sand bags, or
equivalent, during installation and do not remove weight materials
until cover material is in place.
t 3.5 DAMAGE TO FLEXIBLE MEMBRANE LINER
Any damage to the FML will be repaired by the Contractor at
Contractor's expense in accordance with Section 02245 - Flexible
Membrane Liner.
END OF SECTION
6
2687-94 02247 - 5
I
a
r
SECTION 02248
GRAVEL DRAINAGE LAYER
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Project Drawings.
B. General Conditions of the Contract for Construction, and
Supplementary Conditions.
1.2 SECTION INCLUDES
A. Gravel Drainage Material.
B. Drainage Material Installation.
1.3 RELATED SECTIONS
A. Section 02245 - Flexible Membrane Liner.
B. Section 02246 - Geotextile Fabrics.
C. Section 02247 - Geocomposite Drainage Layer.
D. Section 02250 - Leachate Collection Systems.
1.4 REFERENCES
Applicable Publications: The publications listed below form a part of
this specification to the extent referenced. The publications are
referred to in the text by the basic designation only. The latest
publication in use at the time of the executed contract will be the one
that governs this project.
AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS
C 33 Specification for Concrete Aggregates
C 88 Test Method for Soundness of Aggregates by Use of
Sodium Sulfate or Magnesium Sulfate
C 131 Test Method for Resistance of Degradation of Small
Size Coarse Aggregates by Abrasion and Impact in
the Los Angeles Machine
C 136 Method for Sieve Analysis of Fine and Course
Aggregates
D 75 1982 Method for Sampling Aggregates
D 2434 Test Method for Permeability of Granular Soils
(Constant Head)
D 2487 Classification of Soils for Engineering Purposes
r"
2687-94 02248 - 1
r.
I
D 4373 Test Methods for Calcium Carbonate Content of
Soils
1.5 QUALITY ASSURANCE
A. Contractor must provide written certification that the drainage
gravel meets or exceeds the performance requirements of this
specification.
B. Contractor must provide all necessary documentation as specified.
1.6 SUBMITTALS
The following information must be obtained and submitted by the —
Contractor in accordance to Section 01300, "Submittals".
A. Gravel Material to be used. Minimum five gallon bucket. —
B. Gradation Results.
C. Soundness and Loss Test Results.
D. Permeability Test Results.
E. Calcium Carbonate Contents.
PART 2 PRODUCTS
2.1 GRAVEL
A. Gravel shall consist of clean, sound, hard, durable, round
particles of stone or gravel. The gravel shall be free of silt and —
clay as defined by ASTM D-2487, vegetable matter, and other
objectionable materials or coatings.
B. Gravel Quality
PROPERTY
TEST METHOD
MAXIMUM
VALUE
Soundness
ASTM C-88
18
% Loss
ASTM C-131
40
C. Gradation
The following gradation is a suggested starting point in
determination of proper particle size for meeting permeability
requirements. Gradation may be adjusted to meet or exceed _
permeability requirements.
2687-94 02248 - 2
PM
SIEVE
% PASSING
1 inch
100
3/4 inch
90-100
3/8 inch
20-55
No. 4
0-10
No. 8
0
D. Permeability: 1.0 x 10-2cm/sec or higher.
E. Calcium Carbonate: Not to exceed 15% by weight.
PART 3 EXECUTION
3.1 GENERAL
Gravel drainage material must be placed in a manner to prevent damage
to the underlying flexible membrane liner system (FML). Any damage to
the FML will be repaired or replaced at the expense of the Contractor.
3.2 PLACEMENT
Gravel drainage material will be placed at a loose thickness of 12-
inches. Gravel will be evenly spread using light tracked equipment.
Following placement and thickness verification, the material will be
lightly compacted.
Gravel around leachate pipe shall be done in a manner to prevent
deflection or loading of the pipe.
3.3 COMPLETION
Following gravel installation, the gravel will be covered with the
final layer of geotextile fabric.
END OF SECTION
2687-94 02248 - 3
j� SECTION 02250
LEACHATE COLLECTION SYSTEMS
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Project Drawings.
B. General Conditions of the Contract for Construction, and
Supplementary Conditions.,
1.2 SECTION INCLUDES
A. Polyethylene (PE) Pipe Material.
B. Polyethylene (PE) Pipe Installation.
1.3 RELATED SECTIONS
A. Section 02245 - Flexible Membrane Liner.
B. Section 02246 - Geotextile Fabrics.
C. Section 02247 - Geocomposite Drainage Layer.
D. Section 02248 - Gravel Drainage Layer.
1.4 REFERENCES
AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS
D 1248 Specification for Polyethylene Plastics Molding
and Extrusion Materials
D 2487 Classification of Soils for Engineering Purposes
D 2837 Method for Obtaining Hydrostatic Design Basis for
Thermoplastic Pipe Materials
D 3350 Specification for Polyethylene Plastics Pipe and
Fittings Materials
1.5 SUBMITTALS
A. Shop Drawings and Product Data
1. Provide piping layout with all bends, tees, elbows, etc.
2. Pipe manufacturer's data.
3. Pipe Manufacturer's Installation Data.
B. Manufacturer's Certification
1. Manufacturer must certify that the materials supplied meet all
the requirements of these specifications.
C. Contractor's Experience Record
1. Indicate past experience installing manufacturer's product.
F2687-94 02250 - 1
1.6 QUALITY ASSURANCE
A. Manufacturer —
1. Certify that the company has manufactured this project for at
least five years.
2. Certify material meets or exceeds these requirements specified
herein.
B. Contractor
Provide experience record for installing manufacturer's product.
Minimum five years experience. _
1.7 FIELD MEASUREMENTS
Verify that field measurements are as indicated on the shop drawings.
1.8 HANDLING OF PIPE
Pipe shall be stored on clean, level ground to prevent undue scratching
or gouging of the pipe. If the pipe must be stacked for storage, such
stacking should be done in accordance with the pipe manufacturer's —
recommendations. The handling of the pipe should be done in such a
manner that it is not damaged by dragging over sharp objects or cut by
chokers or lifting equipment.
Joined segments of pipe shall be handled so as to avoid damage to the
pipe or joining system. When lifting sections of pipe, chains or cable
type chokers should be avoided. Nylon slings are preferred. Spreader —
bars should be used when lifting long fused sections. Care should be
exercised to avoid cutting or gouging the pipe.
1.9 REPAIR OF DAMAGED SECTIONS
Segments of pipe having cuts or gouges in excess of 10% of the wall
thickness of the pipe should be cut out and removed. The undamaged
portions of the pipe shall be rejoined using one of the methods
identified below as approved by the specifying engineer.
PART 2 PRODUCTS
2.1 POLYETHYLENE PIPE
A. Type: ASTM D 1248, Type III, Class C, Grade P-34, Category 5.
B. PPI rating: PE-3408.
C. Cell classification: ASTM D 3350 345434C.
D. Hydrostatic Design Basis: 1600 psi (11.03 MPA) as per ASTM D 2837.
E. Minimum Standard Dimension Ratio (SDR): 17.
2.2 CORRUGATED.POLYETHYLENE PIPE
A. Type ASTM F 405 for 3-inch to 6-inch diameter.
ASTM F 667 for 8-inch to 24-inch diameter.
B. Cell classification: ASTM D 3350, 335430C.
C. Minimum Pipe Stiffness: 71 psi.
2687-94 02250 - 2
2.3 FITTINGS
A. Type: Same as pipe.
B. Bends: Only long radius bends acceptable.
C. Dissimilar pipe connections: Note connections between corrugated
pipe and smooth heat fusion pipe shall be made with flange adaptors
" and slip on metal flanges. Metal flange shall be cast or ductile
iron. Bolts and nuts shall be stainless steel.
PART 3 EXECUTION
C
3.1 INSTALLATION
A.
Place a 2-inch thick layer of gravel on top of the geotextile
material across the entire length and width of trench.
B.
Do not drive heavy vehicles or equipment on top of the material to
avoid damage to flexible membrane liner.
C.
Using hand held mechanical tampers, carefully consolidate the
rD.
material.
Place the pipe in the center of the trench and place gravel.
l
E.
Place gravel under the haunches of the pipe in 2-inch lifts
followed by hand held mechanical compaction up to the springline of
the pipe.
F.
Above the springline, lifts of gravel may be 4-inches thick,
followed by hand held mechanical compaction.
r.
G.
After gravel is placed to full depth, cover the top with the
r"
geotextile fabric.
3.2 PIPE JOINING POLYETHYLENE PIPE
A. Sections of polyethylene pipe should be joined into continuous
sections on the job site using manufacturer's recommended methods.
B. The joining method shall be the heat fusion method performed in
strict accordance to the manufacturer's recommendations.
C. The heat fusion equipment used should be capable of meeting all
conditions recommended by the pipe manufacturer, including but not
limited to, temperature requirements, alignment and fusion
pressures.
D. All bends, tees, and fittings may be shop made in accordance with
manufacturers recommendations.
3.3 PIPE JOINING CORRUGATED POLYETHYLENE PIPE
A. Section of corrugated polyethylene pipe should be placed into
continuous sections on the job site using manufacturer's
recommended methods.
B. Pipe shall be joined using manufacturer's coupling pieces and ties.
END OF SECTION
0
2687-94 02250 - 3
SECTION 02260
PROTECTIVE SOIL COVER
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Project Drawings.
B. General Conditions of the Contract for Construction, and
Supplementary Conditions.
1.2 SECTION INCLUDES
A. Protective Soil Cover Specification.
B. Protective Soil Cover Installation.
1.3 REFERENCES
The publications listed below form a part of this specification to the
extent referenced. The publications are referred to in the text by
basic designation only.
TEXAS NATURAL RESOURCE CONVERSATION COMMISSION
TNRCC, 30 TAC Chapter 330 Texas Natural Resource Conservation
Commission, Municipal Solid Waste
Management Regulation
TNRCC, Liner Handbook Liner Construction and Testing Handbook
Published in accordance with §330.6, July
1, 1994
CITY OF LUBBOCK
Permit No. 0069 City of Lubbock, TNRCC Permit MSW #0069
r 1.4 WEATHER LIMITATION
Protective soil cover shall be constructed when the atmospheric
.., temperature is above 35 degrees F. When the temperature falls below
35 degrees F, the Contractor shall protect all areas of completed
protective soil cover by approved methods against detrimental effects
of freezing. Areas of completed protective soil cover damaged by
rob freezing, rainfall, or other weather conditions shall be corrected to
i. meet specified requirements. Protective soil cover placement shall not
occur on rainy days or when rain is immenient.
i
{ 2687-94
02260 - 1
PART 2 PRODUCTS
2.1 MATERIALS
Material used is a coarse sand that is stockpiled on site near the
project limits.
PART 3 EXECUTION
3.1 STOCKPILING MATERIAL
If necessary, materials shall be stockpiled in the manner and at
locations designated. Prior to stockpiling, the storage sites shall be
cleared, drained, and leveled by the Contractor. Approved material
available from excavation or grading shall be stockpiled in the manner
and at locations designated.
3.2 GRADE CONTROL
The finished and completed protective soil cover shall conform to the
grades, lines, cross sections, and dimensions shown.
3.3 LAYER THICKNESS
The completed thickness of the protective soil cover shall be as
indicated. Protective soil cover will be placed such that the top
surface, during spreading operations, is a minimum of 2-feet above the
geocomposite material on side slopes, and 1-foot above the geotextile
on the floor.
3.4 COMPACTION
Compaction control is not required; however, it should be stable for
construction and disposal equipment.
3.5 THICKNESS CONTROL
The thickness of the select -material subbase course shall be measured
at intervals providing at least one measurement for each 5000 square
feet or major fraction thereof of protective soil cover. The thickness
measurement shall be made by survey. The Contractor will provide
survey control during construction. The Owner will provide final
thickness survey after Contractor notifies owner protective soil cover
has been placed and ready for verification survey by Owner.
3.6 MAINTENANCE
The protective soil cover shall be maintained in a satisfactory
condition until accepted.
-- End of Section --
2687-94 02260 - 2